Public Works and Government Services Travaux publics et Services 1 1 Canada gouvernementaux Canada

RETURN BIDS TO: Title - Sujet RETOURNER LES SOUMISSIONS À: DISPOSAL BY DEMILITARIZATION Bid Receiving - PWGSC / Réception des soumissions Solicitation No. - N° de l'invitation Amendment No. - N° modif. - TPSGC W8486-14YC03/A 001 11 Laurier St. / 11, rue Laurier Client Reference No. - N° de référence du client Date Place du Portage, Phase III Core 0A1 / Noyau 0A1 W8486-14YC03 2014-04-22 Gatineau GETS Reference No. - N° de référence de SEAG Québec PW-$$BK-371-24443 K1A 0S5 Bid Fax: (819) 997-9776 File No. - N° de dossier CCC No./N° CCC - FMS No./N° VME 371bk.W8486-14YC03 Time Zone SOLICITATION AMENDMENT Solicitation Closes - L'invitation prend fin at - à 02:00 PM Fuseau horaire MODIFICATION DE L'INVITATION Eastern Daylight Saving on - le 2014-05-20 Time EDT F.O.B. - F.A.B. The referenced document is hereby revised; unless otherwise Plant-Usine: Destination:  Other-Autre: indicated, all other terms and conditions of the Solicitation remain the same. Address Enquiries to: - Adresser toutes questions à: Buyer Id - Id de l'acheteur Derby, Sandra 371bk Ce document est par la présente révisé; sauf indication contraire, Telephone No. - N° de téléphone FAX No. - N° de FAX les modalités de l'invitation demeurent les mêmes. (819) 956-0257 ( ) (819) 956-5650 Destination - of Goods, Services, and Construction: Destination - des biens, services et construction:

Comments - Commentaires

Instructions: See Herein Vendor/Firm Name and Address Raison sociale et adresse du Instructions: Voir aux présentes fournisseur/de l'entrepreneur

Delivery Required - Livraison exigée Delivery Offered - Livraison proposée

Vendor/Firm Name and Address Raison sociale et adresse du fournisseur/de l'entrepreneur

Issuing Office - Bureau de distribution Telephone No. - N° de téléphone Munitions Division (BK) / Division des munitions Facsimile No. - N° de télécopieur (BK) Name and title of person authorized to sign on behalf of Vendor/Firm 11 Laurier St./11, rue Laurier (type or print) 8C2, Place du Portage, Phase III Nom et titre de la personne autorisée à signer au nom du fournisseur/ Gatineau Québec de l'entrepreneur (taper ou écrire en caractères d'imprimerie) K1A 0S5

Signature Date

Canada Page 1 of - de 2 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W8486-14YC03/A 001 371bk Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME W8486-14YC03 371bkW8486-14YC03

Solicitation Amendment #001 is raised to alert Bidders that the attachments previously posted were incorrect. Please refer to Attachment LOI - Full Demil (English) only for information.

All other terms and conditions of the Letter of Interest remain in effect.

Page 2 of - de 2 THIS DOCUMENT CONTAINS A SECURITY REQUIREMENT

TABLE OF CONTENTS

PART 1 - GENERAL INFORMATION

1. Introduction 2. Summary 3. Debriefings

PART 2 - BIDDER INSTRUCTIONS

1. Standard Instructions, Clauses and Conditions 2. Submission of Bids 3. Enquiries - Bid Solicitation 4. Applicable Laws

PART 3 - BID PREPARATION INSTRUCTIONS

1. Bid Preparation Instructions

PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION

1. Evaluation Procedures 2. Basis of Selection

PART 5 - CERTIFICATIONS

1. Mandatory Certifications Required Precedent to Contract Award

PART 6 - SECURITY, FINANCIAL AND OTHER REQUIREMENTS

1. Security Requirement 2. Financial Capability 3. Controlled Goods Requirement 4. Insurance Requirements

PART 7 - RESULTING CONTRACT CLAUSES

1. Requirement 2. Standard Clauses and Conditions 3. Security Requirement 4. Term of Contract 5. Authorities 6. Payment 7. Invoicing Instructions 8. Certifications 9. Applicable Laws 10. Priority of Documents 11. Defence Contract 12. Insurance 13. Controlled Goods Program 14. Limitation of Liability

1 List of Annexes:

ANNEX A Security Requirements Check List ANNEX B Statement of Work Appendix B1 – Glossary of Terms Appendix B2 – List of Acronyms Appendix B3 – Applicable Documentation Appendix B4 – Proven Technologies for Ammunition Demilitarization Appendix B5 – Abatement Systems for Proven Technologies for Ammunition Demilitarization Appendix B6 – Summary of DND/CF Ammunition and Explosives Totals by Group for Demilitarization Appendix B7 – Canadian CTAT for DND 2586 “Certificate of Demilitarization” Appendix B8 – Government Supplied Material (GSM) Appendix B9 – Contract Data (CDRL, DIDs) Appendix B10 - Data Item Descriptions (DIDs) ANNEX C – Bid Evaluation Appendix C1 – Technical Matrix of Compliance ANNEX D – Basis of Payment with Price Proposal Presentation Sheet ANNEX E – Non-Disclosure Agreement ANNEX F – Insurance ANNEX G - DND 626 Task Authorization Form ANNEX H – Federal Contractor’s Program

2 Disposal by Demilitarization Service Capability

PART 1 - GENERAL INFORMATION

1. Introduction

The bid solicitation is divided into seven parts plus attachments and annexes, as follows:

Part 1 General Information: provides a general description of the requirement;

Part 2 Bidder Instructions: provides the instructions, clauses and conditions applicable to the bid solicitation;

Part 3 Bid Preparation Instructions: provides bidders with instructions on how to prepare their bid;

Part 4 Evaluation Procedures and Basis of Selection: indicates how the evaluation will be conducted, the evaluation criteria that must be addressed in the bid, and the basis of selection;

Part 5 Certifications: includes the certifications to be provided;

Part 6 Security, Financial and Other Requirements; and

Part 7 Resulting Contract Clauses: includes the clauses and conditions that will apply to any resulting contract.

The Annexes include the Statement of Work, the Basis of Payment, the Security Requirements Checklist, the Federal Contractors Program for Employment Equity - Certification, the Insurance Requirements, the DND 626 Task Authorization Form and any other annexes and appendices.

2. Summary

The Department of National Defence/Canadian Forces (DND/CF) maintains a stockpile of ammunition. Within this inventory reside select natures of Ammunition and Explosives (A&E), Munitions Scrap (MS), Aids to Production (A to P) and ammunition salvage which are surplus to requirements or are obsolete. The DND/CF, therefore, has a requirement for a contracted Disposal by Demilitarization service capability.

The period of the Contract will be for a minimum of 10 years.

There is a security requirement associated with this requirement. For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 - Resulting Contract Clauses. Bidders should consult the "Security Requirements for PWGSC Bid Solicitations - Instructions for Bidders" (http://www.tpsgc-pwgsc.gc.ca/app-acq/lc-pl/lc-pl-eng.html#a31) document on the Departmental Standard Procurement Documents website.

Bidders must provide a list of names, or other related information as needed, pursuant to section 01 of Standard Instructions 2003.

The requirement is limited to Canadian goods and/or services.

This procurement is subject to the Controlled Goods Program.

The requirement is subject to the provisions of the Agreement on Internal Trade (AIT).

3 There is a Federal Contractors Program (FCP) for employment equity requirement associated with this procurement; see Part 5 - Certifications, Part 7 - Resulting Contract Clauses and the annex named Federal Contractors Program for Employment Equity - Certification.

3. Debriefings

Bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within 15 working days of receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person.

PART 2 - BIDDER INSTRUCTIONS

1. Standard Instructions, Clauses and Conditions

All instructions, clauses and conditions identified in the bid solicitation by number, date and title are set out in the Standard Acquisition Clauses and Conditions Manual(https://buyandsell.gc.ca/policy-and-guidelines/standard-acquisition-clauses-and- conditions-manual) issued by Public Works and Government Services Canada. Bidders who submit a bid agree to be bound by the instructions, clauses and conditions of the bid solicitation and accept the clauses and conditions of the resulting contract.

The 2003 (2014-03-01) Standard Instructions - Goods or Services - Competitive Requirements, are incorporated by reference into and form part of the bid solicitation.

Subsection 5.4 of 2003, Standard Instructions - Goods or Services - Competitive Requirements, is amended as follows:

Delete: sixty (60) days Insert: one hundred and twenty (120) days

The 4006 (2010-08-16) Contractor to Own Intellectual Property Rights in Foreground Information – Supplemental General Conditions – are incorporated by reference into and form part of the bid solicitation.

2. Submission of Bids

Bids must be submitted only to Public Works and Government Services Canada (PWGSC) Bid Receiving Unit by the date, time and place indicated on page 1 of the bid solicitation.

Due to the nature of the bid solicitation, bids transmitted by facsimile to PWGSC will not be accepted.

3. Enquiries - Bid Solicitation

All enquiries must be submitted in writing to the Contracting Authority no later than ten (10) calendar days before the bid closing date. Enquiries received after that time may not be answered.

Bidders should reference as accurately as possible the numbered item of the bid solicitation to which the enquiry relates. Care should be taken by bidders to explain each question in sufficient detail in order to enable Canada to provide an accurate answer. Technical enquiries that are of a proprietary nature must be clearly marked "proprietary" at each relevant item. Items identified as “proprietary” will be treated as such except where Canada determines that the enquiry is not of a proprietary nature. Canada may edit the questions or may request that the Bidder do so, so that the proprietary nature of the question is eliminated, and the enquiry can be answered with copies

4 to all bidders. Enquiries not submitted in a form that can be distributed to all bidders may not be answered by Canada.

4. Applicable Laws

Any resulting contract must be interpreted and governed, and the relations between the parties determined, by the laws in force in Ontario.

Bidders may, at their discretion, substitute the applicable laws of a Canadian province or territory of their choice without affecting the validity of their bid, by deleting the name of the Canadian province or territory specified and inserting the name of the Canadian province or territory of their choice. If no change is made, it acknowledges that the applicable laws specified are acceptable to the bidders.

5. Improvement of Requirement During Solicitation Period

Should bidders consider that the specifications or Statement of Work contained in the bid solicitation could be improved technically or technologically, bidders are invited to make suggestions, in writing, to the Contracting Authority named in the bid solicitation. Bidders must clearly outline the suggested improvement as well as the reason for the suggestion. Suggestions that do not restrict the level of competition nor favour a particular bidder will be given consideration provided they are submitted to the Contracting Authority at least twenty (20) days before the bid closing date. Canada will have the right to accept or reject any or all suggestions.

PART 3 - BID PREPARATION INSTRUCTIONS

1. Bid Preparation Instructions

Canada requests that bidders provide their bid in separately bound sections as follows:

Section I: Technical Bid (4 hard copies)

Section II: Financial Bid (1 hard copy)

Section III: Certifications (1 hard copy)

Prices must appear in the financial bid only. No prices must be indicated in any other section of the bid.

Canada requests that bidders follow the format instructions described below in the preparation of their bid:

(a) use 8.5 x 11 inch (216 mm x 279 mm) paper; (b) use a numbering system that corresponds to the bid solicitation.

In April 2006, Canada issued a policy directing federal departments and agencies to take the necessary steps to incorporate environmental considerations into the procurement process Policy on Green Procurement (http://www.tpsgc-pwgsc.gc.ca/ecologisation-greening/achats- procurement/politique-policy-eng.html). To assist Canada in reaching its objectives, bidders should:

1) use 8.5 x 11 inch (216 mm x 279 mm) paper containing fibre certified as originating from a sustainably-managed forest and containing minimum 30% recycled content; and

5 2) use an environmentally-preferable format, printing double sided/duplex, using staples or clips instead of cerlox, duotangs or binders.

Section I: Technical Bid

In their technical bid, bidders should demonstrate their understanding of the requirements contained in the bid solicitation and explain how they will meet these requirements. Bidders should demonstrate their capability and describe their approach in a thorough, concise and clear manner for carrying out the work.

The technical bid should address clearly and in sufficient depth the points that are subject to the evaluation criteria against which the bid will be evaluated. Simply repeating the statement contained in the bid solicitation is not sufficient. In order to facilitate the evaluation of the bid, Canada requests that bidders address and present topics in the order of the evaluation criteria under the same headings. To avoid duplication, bidders may refer to different sections of their bids by identifying the specific paragraph and page number where the subject topic has already been addressed.

Section II: Financial Bid

1.1 Bidders must submit their financial bid in accordance with the Basis of Payment with Price Proposal Presentation Sheet in Annex D. The total amount of Applicable Taxes must be shown separately.

1.2 Exchange Rate Fluctuation

C3011T (2013-11-06) Exchange Rate Fluctuation

Section III: Certifications

Bidders must submit the certifications required under Part 5.

PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION

1. Two Step Bid Evaluation Process

Step 1: Initial Review of Mandatory Requirements

Canada will conduct an initial review of the Bidder’s proposal to determine if all mandatory requirements have been addressed and met as required. This will include scored criteria that contain a mandatory pass standard. This will be a paper evaluation only. After the initial review the Contracting Authority will provide each Bidder with a “Preliminary Evaluation Report” listing the non-compliant mandatory requirements evaluated to date. This will include only a list of RFP references and the score for each failed rated requirement.

Bidders that do not meet all mandatory requirements will be invited to submit additional or different information to prove to evaluators, in accordance with the RFP, that the proposal is compliant with those mandatory requirements. This information must be submitted to the Bid Receiving Unit on or before the date and closing time specified in the invitation.

The new information submitted by the Bidder must be based on the system it proposed at bid closing. A Bidder responding to a request for information will not be allowed to do a hardware or software substitution to correct a non-compliance issue. The paper evaluation mandatory requirements will be those included in the following areas:

6 (TBD)

Step 2: Final Review of Mandatory Requirements

Canada will conduct a final review of the Bidder’s proposal, taking into account the new information submitted, to determine if all mandatory requirements have been met as required in the RFP. Should one or more of the initially evaluated non-compliant mandatory requirements continue to be evaluated as non-compliant after receipt of the new information, or a new non-compliancy be created as a result of the new information, the proposal will be evaluated as non-responsive and will not be given any further consideration. The new information submitted will take precedence over that submitted with the original bid at bid closing.

Proposals that have demonstrated compliance with mandatory requirements at the conclusion of the final review will continue to be evaluated. For scored criteria that require a pass mark, if the new information provided by bidders renders the criteria compliant, those criteria will be given only the originally assessed scores.

2. Evaluation Procedures

(a) Bids will be assessed in accordance with the entire requirement of the bid solicitation including the technical and financial evaluation criteria.

(b) An evaluation team composed of representatives of Canada will evaluate the bids.

2.1 Technical Evaluation

Mandatory and point rated technical evaluation criteria are included in Appendix C1 and Appendix C2 of Annex C.

2.2 Financial Evaluation

2.2.1 Mandatory Financial Criteria

SACC Manual Clause A0220T (2013-04-25) Evaluation of Price

3. Basis of Selection

3.1 Basis of Selection – Highest Combined Rating of Technical Merit and Price

1. To be declared responsive, a bid must: a. comply with all the requirements of the bid solicitation; and b. meet all mandatory criteria; and c. obtain the required minimum of TBD points specified for the technical evaluation.

The rating is performed on a scale of 0-1000 points.

2. Bids not meeting a or b or c will be declared non-responsive.

3. The selection will be based on the highest responsive combined rating of technical merit and price. The ratio will be 70% for the technical merit and 30% for the price.

7 4. To establish the technical merit score, the overall technical score for each responsive bid will be determined as follows: total number of points obtained / maximum number of points available multiplied by the ratio of 70 %.

5. To establish the pricing score, each responsive bid will be prorated against the lowest evaluated price and the ratio of 30%. Within the 30%, there will be a further breakdown between processing costs and transportation costs. The ratio for this will be 70% for processing and 30% for transportation.

6. For each responsive bid, the technical merit score and the pricing score will be added to determine its combined rating.

7. Neither the responsive bid obtaining the highest technical score nor the one with the lowest evaluated price will necessarily be accepted. The responsive bid with the highest combined rating of technical merit and price will be recommended for award of a contract.

PART 5 - CERTIFICATIONS

Bidders must provide the required certifications and associated information to be awarded a contract.

The certifications provided by bidders to Canada are subject to verification by Canada at all times. Canada will declare a bid non-responsive, or will declare a contractor in default in carrying out any of its obligations under the Contract, if any certification made by the Bidder is found to be untrue, whether made knowingly or unknowingly, during the bid evaluation period or during the contract period.

The Contracting Authority will have the right to ask for additional information to verify the Bidder’s certifications. Failure to comply and to cooperate with any request or requirement imposed by the Contracting Authority may render the bid non-responsive or constitute a default under the Contract.

1. Mandatory Certifications Required Precedent to Contract Award

1.1 Integrity Provisions - Associated Information

By submitting a bid, the Bidder certifies that the Bidder and its Affiliates are in compliance with the provisions as stated in Section 01 Integrity Provisions - Bid of Standard Instructions 2003. The associated information required within the Integrity Provisions will assist Canada in confirming that the certifications are true

1.2 Federal Contractors Program for Employment Equity - Bid Certification

By submitting a bid, the Bidder certifies that the Bidder, and any of the Bidder's members if the Bidder is a Joint Venture, is not named on the Federal Contractors Program (FCP) for employment equity "FCP Limited Eligibility to Bid" list (http://www.labour.gc.ca/eng/standards_equity/eq/emp/fcp/list/inelig.shtml) available from Human Resources and Skills Development Canada (HRSDC) - Labour's website

Canada will have the right to declare a bid non-responsive if the Bidder, or any member of the Bidder if the Bidder is a Joint Venture, appears on the “FCP Limited Eligibility to Bid “list at the time of contract award.

8 Canada will also have the right to terminate the Contract for default if a Contractor, or any member of the Contractor if the Contractor is a Joint Venture, appears on the “FCP Limited Eligibility to Bid” list during the period of the Contract.

The Bidder must provide the Contracting Authority with a completed annex Federal Contractors Program for Employment Equity - Certification, before contract award. If the Bidder is a Joint Venture, the Bidder must provide the Contracting Authority with a completed annex Federal Contractors Program for Employment Equity - Certification, for each member of the Joint Venture.

PART 6 - SECURITY, FINANCIAL AND OTHER REQUIREMENTS

1. Security Requirement

1. Before award of a contract, the following conditions must be met:

(a) the Bidder must hold a valid organization security clearance as indicated in Part 7 - Resulting Contract Clauses;

(b) the Bidder's proposed individuals requiring access to classified or protected information, assets or sensitive work site(s) must meet the security requirement as indicated in Part 7 - Resulting Contract Clauses;

(c) the Bidder must provide the name of all individuals who will require access to classified or protected information, assets or sensitive work sites;

(d) the Bidder’s proposed location of work performance or document safeguarding must meet the security requirement as indicated in Part 7 - Resulting Contract Clauses;

(e) the Bidder must provide the address(es) of proposed location(s) of work performance or document safeguarding as indicated in Part 3 - Section IV Additional Information.

2. Bidders are reminded to obtain the required security clearance promptly. Any delay in the award of a contract to allow the successful bidder to obtain the required clearance will be at the entire discretion of the Contracting Authority.

3. For additional information on security requirements, bidders should refer to the Canadian Industrial Security Directorate (CISD), Industrial Security Program of Public Works and Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website.

2. Financial Capability

SACC Manual clause A9033T (2012-07-16) Financial Capability

3. Controlled Goods Requirement

SACC Manual clause A9130T (2011-05-16) Controlled Goods Program

4. Insurance Requirements The Contractor must comply with the insurance requirements specified in Annex F. The Contractor must maintain the required insurance coverage for the duration of the Contract. Compliance with the insurance requirements does not release the Contractor from or reduce its liability under the Contract.

9 The Contractor is responsible for deciding if additional insurance coverage is necessary to fulfill its obligation under the Contract and to ensure compliance with any applicable law. Any additional insurance coverage is at the Contractor's expense, and for its own benefit and protection. The Contractor must forward to the Contracting Authority within ten (10) days after the date of award of the Contract, a Certificate of Insurance evidencing the insurance coverage and confirming that the insurance policy complying with the requirements is in force. For Canadian-based Contractors, coverage must be placed with an Insurer licensed to carry out business in Canada, however, for Foreign-based Contractors, coverage must be placed with an Insurer with an A.M. Best Rating no less than “A-”. The Contractor must, if requested by the Contracting Authority, forward to Canada a certified true copy of all applicable insurance policies.

PART 7 - RESULTING CONTRACT CLAUSES

The following clauses and conditions apply to and form part of any contract resulting from the bid solicitation.

1. Requirement

The DND/CF has a requirement for a contracted Disposal by Demilitarization service capability.

The period of the Contract will be for a minimum of 10 years.

1.1 Optional Goods and/or Services

The Contractor grants to Canada the irrevocable option to extend the term of the Contract by up to two (2) additional three (3) year periods under the same conditions. The Contractor agrees that, during the extended period of the Contract, it will be paid in accordance with the applicable provisions as set out in the Basis of Payment. Canada may exercise this option at any time by sending a written notice to the Contractor at least 60 calendar days before the expiry date of the Contract. The option may only be exercised by the Contracting Authority, and will be evidenced for administrative purposes only, through a contract amendment. 1.2 Task Authorization

The Work or a portion of the Work to be performed under the Contract will be on an "as and when requested basis" using a Task Authorization. The Work described in the Task Authorization must be in accordance with the scope of the Contract.

1.2.1 Task Authorization Process

1. The Technical Authority will provide the Contractor with a description of the task using the DND 626, Task Authorization Form in Annex G.

2. The Task Authorization will contain the details of the activities to be performed, a description of the deliverables, and a schedule indicating completion dates for the major activities or submission dates for the deliverables. The Task Authorization will also include the applicable basis (bases) and methods of payment as specified in the Contract.

10 3. The Contractor must provide the Technical Authority, within 10 calendar days of its receipt, the proposed total estimated cost for performing the task and a breakdown of that cost, established in accordance with the Basis of Payment specified in the Contract.

4. The Contractor must not commence work until a Task Authorization authorized by the Technical Authority has been received by the Contractor. The Contractor acknowledges that any work performed before a Task Authorization has been received will be done at the Contractor's own risk.

1.2.2 Task Authorization Limit

The Technical Authority may authorize individual task authorizations up to a limit of $ TBD after Contract Award, Applicable Taxes included, inclusive of any revisions. Any task authorization to be issued in excess of that limit must be authorized by the Contracting Authority before issuance.

1.2.3 Minimum Work Guarantee - All the Work - Task Authorizations - TBD

1.2.4 Task Authorization - Department of National Defence The administration of the Task Authorization process will be carried out by the Technical Authority. This process includes monitoring, controlling and reporting on expenditures of the contract with task authorizations to the Contracting Authority.

2. Standard Clauses and Conditions All clauses and conditions identified in the Contract by number, date and title are set out in the Standard Acquisition Clauses and Conditions Manual(https://buyandsell.gc.ca/policy-and- guidelines/standard-acquisition-clauses-and-conditions-manual) issued by Public Works and Government Services Canada.

2.1 General Conditions

2035 (2014-03-01) General Conditions - Higher Complexity - Services, apply to and form part of the Contract.

2.2 Supplemental General Conditions

4006 (2010-08-16) Canada to Own Intellectual Property Rights in Foreground Information, apply to and form part of the Contract.

3. Security Requirement

1. The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Facility Security Clearance at the level of NATO SECRET, with approved Document safeguarding at the level of NATO SECRET, issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).

2. The Contractor/Offeror personnel requiring access to PROTECTED/CLASSIFIED information, assets or sensitive work site(s) must EACH hold a valid personnel security screening at the level of NATO SECRET, granted or approved by the CISD, PWGSC.

11 3. The Contractor/Offeror personnel requiring access to NATO UNCLASSIFIED information or assets do not require to hold a personnel security clearance; however, the Contractor must ensure that the NATO Unclassified information is not releasable to third parties and that the "need to know" principle is applied to personnel accessing this information

4. The Contractor personnel requiring access to NATO RESTRICTED/CLASSIFIED information, assets or sensitive work site(s) must be citizens of a NATO member country or a permanent resident of Canada and must EACH hold a valid personnel security screening at the level of NATO SECRET, granted or approved by the CISD, PWGSC.

5. The Contractor personnel requiring access to FOREIGN PROTECTED/CLASSIFIED information, assets or sensitive work site(s) must EACH hold a valid personnel security screening at the level of NATO SECRET, granted or approved by the CISD, PWGSC.

6. This contract includes access to controlled goods. Prior to access, the contractor must be registered in the Controlled Goods Program of Public Works and Government Services Canada.

7. The Contractor must complete and submit a Foreign Ownership, Control and Influence (FOCI) Questionnaire and associated documentation identified in the FOCI Guidelines for Organizations prior to contract award to identify whether a third party individual, firm or government can gain unauthorized access to CLASSIFIED NATO/FOREIGN information/assets. Public Works and Government Services Canada (PWGSC) will determine if the company is “Not Under FOCI” or “Under FOCI”. When an organization is determined to be Under FOCI, PWGSC will ascertain if mitigation measures exist or must be put in place by the company so it can be deemed “Not Under FOCI through Mitigation”.

The contractor should at all times during the performance of the contract possess a letter from PWGSC identifying the results of the FOCI assessment with a FOCI designation of Not Under FOCI or Not Under FOCI through Mitigation.

All changes to Questionnaire and associated FOCI evaluation factors must immediately be submitted to the Industrial Security Sector (ISS) to determine if the changes impact the FOCI designation.

8. Processing of PROTECTED/CLASSIFIED information electronically at the Contractor/Offeror's site is NOT permitted under this Contract/Standing Offer.

9. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC.

10. The Contractor/Offeror must comply with the provisions of the:

(a) Security Requirements Check List and security guide (if applicable), attached at Annex A; (b) Industrial Security Manual (Latest Edition).

4. Term of Contract

4.1 Period of the Contract

The period of the Contract is from date of Contract to TBD.

12 4.2 Option to Extend the Contract

The Contractor grants to Canada the irrevocable option to extend the term of the Contract by up to two (2) additional three (3) year periods under the same conditions. The Contractor agrees that, during the extended period of the Contract, it will be paid in accordance with the applicable provisions as set out in the Basis of Payment. Canada may exercise this option at any time by sending a written notice to the Contractor at least 60 calendar days before the expiry date of the Contract. The option may only be exercised by the Contracting Authority, and will be evidenced for administrative purposes only, through a contract amendment. 5. Authorities

5.1 Contracting Authority

The Contracting Authority for the Contract is:

Name: ______Title: ______Public Works and Government Services Canada Acquisitions Branch Directorate: ______Address: ______

Telephone: ___-___-______Facsimile: ___-___-______E-mail address: ______

The Contracting Authority is responsible for the management of the Contract and any changes to the Contract must be authorized in writing by the Contracting Authority. The Contractor must not perform work in excess of or outside the scope of the Contract based on verbal or written requests or instructions from anybody other than the Contracting Authority.

5.2 Technical Authority The Technical Authority for the Contract is: TBD The Technical Authority named above is the representative of the department or agency for whom the Work is being carried out under the Contract and is responsible for all matters concerning the technical content of the Work under the Contract. Technical matters may be discussed with the Technical Authority, however the Technical Authority has no authority to authorize changes to the scope of the Work. Changes to the scope of the Work can only be made through a contract amendment issued by the Contracting Authority.

5.3 Procurement Authority The Procurement Authority for the Contract is: TBD The Procurement Authority is the representative of the department or agency for whom the Work is being carried out under the Contract. The Procurement Authority is responsible for the implementation of tools and processes required for the administration of the Contract. The

13 Contractor may discuss administrative matters identified in the Contract with the Procurement Authority however the Procurement Authority has no authority to authorize changes to the scope of the Work. Changes to the scope of Work can only be made through a contract amendment issued by the Contracting Authority.

5.4 Contractor's Representative

Name: Title: Telephone: Facsimile: E-mail:

6. Payment

6.1 Basis of Payment - TBD

6.2 Limitation of Expenditure - Cumulative Total of all Task Authorizations

1. Canada's total liability to the Contractor under the Contract for all authorized Task Authorizations, inclusive of any revisions, must not exceed the sum of $TBD . Customs duties are included and Applicable Taxes are extra.

2. No increase in the total liability of Canada will be authorized or paid to the Contractor unless an increase has been approved, in writing, by the Contracting Authority.

3. The Contractor must notify the Contracting Authority in writing as to the adequacy of this sum:

a. when it is 75 percent committed, or b. four (4) months before the contract expiry date, or c. as soon as the Contractor considers that the sum is inadequate for the completion of the Work required in all authorized TAs, inclusive of any revisions, whichever comes first.

4. If the notification is for inadequate contract funds, the Contractor must provide to the Contracting Authority, a written estimate for the additional funds required. Provision of such information by the Contractor does not increase Canada's liability.

6.3 Multiple Payments

SACC Manual clause H1001C (2008-05-12) Multiple Payment

7. Invoicing Instructions

1. The Contractor must submit invoices in accordance with the section entitled "Invoice Submission" of the general conditions. Invoices cannot be submitted until all work identified in the invoice is completed.

2. Invoices must be distributed as follows:

14 a. The original and one (1) copy must be forwarded to the following address for certification and payment TBD. b. One (1) copy must be forwarded to the Contracting Authority identified under the section entitled "Authorities" of the Contract.

8. Certifications

8.1 Compliance

The continuous compliance with the certifications provided by the Contractor in its bid and the ongoing cooperation in providing associated information are conditions of the Contract. Certifications are subject to verification by Canada during the entire period of the Contract. If the Contractor does not comply with any certification, fails to provide the associated information, or if it is determined that any certification made by the Contractor in its bid is untrue, whether made knowingly or unknowingly, Canada has the right, pursuant to the default provision of the Contract, to terminate the Contract for default.

8.2 Federal Contractors Program for Employment Equity - Default by the Contractor

The Contractor understands and agrees that, when an Agreement to Implement Employment Equity (AIEE) exists between the Contractor and Employment and Social Development Canada (ESDC)-Labour, the AIEE must remain valid during the entire period of the Contract. If the AIEE becomes invalid, the name of the Contractor will be added to the "FCP Limited Eligibility to Bid" list. The imposition of such a sanction by ESDC will constitute the Contractor in default as per the terms of the Contract.

9. Applicable Laws

The Contract must be interpreted and governed, and the relations between the parties determined, by the laws in force in Ontario.

10. Priority of Documents

If there is a discrepancy between the wording of any documents that appear on the list, the wording of the document that first appears on the list has priority over the wording of any document that subsequently appears on the list.

(a) the Articles of Agreement; (b) the supplemental general conditions 4006 (2010-08-16) Canada to Own Intellectual Property Rights in Foreground Information; (c) the general conditions 2035 (2014-03-01) Higher Complexity, Services; (d) Annex A, Security Requirements Check List; (e) Annex B, Statement of Work; (f) Annex D, Basis of Payment; (g) Annex H, Federal Contractors Program for Employment Equity – Certification; (h) Annex F, Insurance Requirements; (i) the signed Task Authorizations (including all of its annexes, if any); (j) the Contractor's bid dated ______, (insert date of bid) (If the bid was clarified or amended, insert at the time of contract award:", as clarified on ______" or ", as amended on ______" and insert date(s) of clarification(s) or amendment(s)).

11. Defence Contract

SACC Manual clause A9006C (2012-07-16) Defence Contract

15 12. Controlled Goods Program

SACC Manual cclause A9131C (2011-05-16) Controlled Goods Program SACC Manual clause B4060C (2011-05-16) Controlled Goods

13. Limitation of Liability

16 ANNEX A

SECURITY REQUIREMENTS CHECK LIST

3

11300-18 (DAEME 4-4) 31 December 2013

DRAFT Statement of Work for Ammunition, Explosive and Munitions Scrap Disposal and Demilitarization Annex B to Request for Proposal

Prepared by

Department of National Defence and the Canadian Armed Forces Assistant Deputy Minister (Material) Director General Land Engineering Program Management Directorate of Ammunition Explosive Management and Engineering Ammunition Disposal, Demilitarization and Recycle Management Section (DAEME) 4-4

©2011 DND/MND Canada

RDIMS OTT_LSTL # 3407415

1/44 Table of Contents Statement of Work for Ammunition, Explosive and Munitions Scrap Disposal by Demilitarization

Article Topic Page

1.0 Scope 5 1.1 Purpose 5 1.2 Interpretation 5 1.3 Governing Explosive Regulatory Departments 5 1.4 Glossary and Acronyms (Definitions and Terminology) 6 1.5 Background 6 1.6 The Crown’s Objective 7 2.0 Applicable Documents 10 3.0 Contractor’s Requirements 10 3.1 Full Demilitarization Location 10 3.2 Responsibility 10 3.3 Infrastructure and Equipment 11 3.3.1 Proven Technology 11 3.3.2 Temperature and Duration 12 3.3.3 Full Demilitarization Site Infrastructure (Must Have) 13 3.4 Other Related Requirements 16 3.4.1 Office Space for Crown Personnel and Witnessing 16 3.4.2 Security 17 3.4.3 Access Control 18 3.4.4 Key control 19 3.4.5 The Crown’s Explosive Safety and Security 19 Requirements 3.5 Equipment Capability and Capacity Throughput 20 3.5.1 Capability and Capacity must Accommodate 100% of 20 Annual Recurring and 10% to 15% of Backlog 3.5.2 Equipment Modification 21 3.5.3 Capability and Capacity 22 3.5.4 Condition of Ammunition & Explosives, Munitions 24 Scrap, Aids to Production and Ammunition Salvage 3.5.5 Full Demilitarization Process and Methods 28 3.5.6 Receipt, Storage and Inventory Control 30 3.5.7 Recover, Reuse and Recycle (R3) 31 3.6 Environmental Compliance 31 3.6.1 General 31 3.6.2 Equipment 32 3.7 Explosive Safety Compliance 33 3.7.1 Qualification 33 3.7.2 Ammunition Accident/Incident Reporting 35

2/44 RDIMS OTT_LSTL # 3407415 Article Topic Page 3.7.3 Technical Data Package Information 34 3.8 Controlled Goods Registered 35 3.9 Recover, Reuse and Recycle (R3) Material/Components 36 3.9.1 Government Supplied Material 36 3.9.2 Ammunition Wood Pallets 36 3.9.3 Munition Scrap Wood Shipping Crates 36 3.10 Transportation 37 3.11 Records and Returns 39 3.12 Quality Control and Assurance 40 3.13 Certificate of Demilitarization and Disposal 40 3.13.1 Certification of Demilitarization 40 3.13.2 Certification of Disposal 40 3.13.3 Documentation Certificate 41 3.14 Green Procurement objectives 42 3.15 Other Qualifications 42 3.16 Risk Management 42 3.17 Demilitarization Management Plan 43 3.18 Meetings and Visits 43 3.16.1 Meetings 43 3.16.2 Visits 44 4 Deliverables 44

This Space Intentional Left Blank

3/44 RDIMS OTT_LSTL # 3407415 This Space Intentional Left Blank

4/44 RDIMS OTT_LSTL # 3407415 1.0 SCOPE

1.1 Purpose

The purpose of this Draft Statement of Work (SOW) is to outline the Department of National Defence and Canadian Armed Forces (DND/CAF) requirement for Disposal by comprehensive Demilitarization (Full Demil) process for Ammunition and Explosives (A&E), Munitions Scrap (MS), Aids to Production (A to P) and Ammunition Salvage.

1.2 Interpretation

1.2.1 Mandatory clauses are those containing the word MUST or SHALL. These clauses shall be observed at all times, unless otherwise authorized by the Technical Authority (TA) in writing.

1.2.2 Advisory clauses are those containing the word SHOULD. These clauses shall be observed at all times, except when such a course is impractical for operational reasons.

1.2.3 Permissive clauses are those containing the word MAY.

1.2.4 In instances where the interpretation suggests various alternative methods of application, the method meeting the highest interest of safety or compliance shall be adopted.

1.3 Governing Explosive Regulatory Departments

1.3.1 Natural Resources Canada, Explosives Regulatory Division, hereafter referred as “NRCan”. NRCan is responsible for administering the Explosives Act (Appendix B1 Reference (Ref) A) and Explosives Regulations (Appendix B1 Ref B) and pursuing the advancement of explosives safety and security technology for the safety and security of the public and all the workers involved in the explosives industry in Canada. NRCan provides services and support to the members of the explosives industry including manufacturers, transporters, importers, sellers and users of explosives.

1.3.2 The DND/CAF, although exempt from the Explosives Act (Appendix B1 Ref A and B) endeavours to comply where it does not conflict with operational requirements. Demil is not an operational requirement.

1.3.3 DAER provides polices and regulatory oversight for the DND/CAF.

1.3.3.1 The DND/CAF applies explosive safety practices and conditions (Appendix B5) that may not be observed or applied by NRCan. Where conflicting policy/regulations requirements exist, the stricter policies/regulation or requirement must be observed.

1.3.4 Hereafter DND/CAF will be referred as "The Crown".

5/44 RDIMS OTT_LSTL # 3407415 1.4 Glossary and Acronyms

1.4.1 To facilitate understanding and the interaction of terminology and definitions contained in this SOW the following is understood by:

1.4.1.1 Demilitarization: Hereafter referred as “Full Demilitarization” or “Fully Demilitarized” (Full Demil) means removing or otherwise nullifying the military potential of a munition prior to its release into a public environment. To be considered fully demilitarized, the ammunition, explosives or munitions scrap must be treated by either a thermal or chemical process ensuring it is completely free of energetic material, after which all munition components must be permanently altered/mutilated to the point that the item is no longer useable as designed or intended and not recognizable as an item of ammunition to a lay person;

1.4.1.2 The remaining terminology and definitions contained in this SOW are articulated in Appendix B2.

1.4.2 A list of acronyms is expressed in Appendix B3.

1.5 Background

1.5.1 The Crown holds an inventory of A&E and A to P to support a multitude of tasks, missions and training. Parts of this inventory have reached the end of their service life and are being declared: life expired, obsolete or surplus to requirements or have deteriorated to such a condition that they are deemed unsafe or unsuitable for further use (yet still safe for transportation (Tpt) and storage). In addition, accumulation of MS is likely to continue as a result of Range Clearances and Contracted Unexploded Ordnance (UXO) activities and the lack of an established Full Demil capability within Canada. A&E, MS, A to P and Ammunition Salvage must be Full Demil before it may be safely released for final material scrap disposal to scrap material recyclers or proper disposal of hazardous waste.

1.5.2 When disposal through sale is not possible or appropriate, The Crown is required to find acceptable and comprehensive methods to fully demilitarize A&E, MS, A to P and Ammunition Salvage. The demilitarizing methods must satisfy numerous Acts, Regulations, and other legislation, policies and programs such as: the Defence Production Act (DPA) (Appendix B1 Ref C), Explosive Safety policies and standards (Appendix B1 Refs G through AA), Controlled Goods Regulations (CGR) (Appendix B1 Refs AB through AD), International Traffic in Arms Regulations (ITAR) (Appendix B1 Refs AE and AG), Intellectual Property (IP) requirements (Appendix B1 Refs AH and AI) and End User Certificates (EUC) requirements (Appendix B1 Ref AJ) while also complying with environmental protection laws and regulations (Appendix B1 Refs AK through AZ). Historically, the disposal of A&E assets has been achieved through sale, functioning, or destruction by open burning/open detonation (OB/OD) and the use of static small arms ammunition (SAA) type incinerators without abatement systems. The Crowns’ former 6/44 RDIMS OTT_LSTL # 3407415 incinerators without abatement systems were environmentally unacceptable and have been withdrawn from service.

1.5.3 A legal requirement of OB/OD (when conducted in Canada) is reporting to Environment Canada all the pollutant releases (to air, water and land) from OB/OD disposal operations and transfers for recycling that exceed a set threshold through the National Pollutant Release Inventory (NPRI). Studies conducted by Defence Research and Development Canadian (DRDC) Valcartier, NATO, UN, US DoD, industry (such as Dr George Thompson from Chemical Compliance System (CCS) Incorporated) have identified that OB/OD practises (dependent upon the type of ammunition being destroyed), release hazardous and chemical substances that can be detrimental to the air, water and soil.

1.5.4 The Crown recognizes the potential harmful effects associated with the destruction of A&E by OB/OD and that alternative, safe and environmentally acceptable methods of destruction must be utilized.

1.6 The Crown Objectives

1.6.1 In order for The Crown to fulfill the Full Demil requirements listed at para 1.5.2 and due to the significant challenges associated with the Transport of A&E and MS out of Canada, it is considered essential that the contractor conduct the Full Demil operation for A&E, MS, A to P and Ammo Salvage on it’s own property within Canadian (Cdn) borders.

1.6.1.1 The Crown is seeking a Full Demil capability that is fully operational within 24 months of contract award.

1.6.2 It is not the intent of The Crown to identify a specific Full Demil process, the equipment required or equipment suppliers, but Canadian standards have to be incorporated which may unintentionally limit the use of some equipment in order to satisfy Legislation, Polices, Regulations and The Crown’s Full Demil and Explosive Safety requirements.

1.6.3 The Full Demil is labour and equipment intensive and at times complex as there is no single procedure, process and/or equipment that is capable of completely meeting or exceeding the regulations and The Crown's requirements for all natures. The Crown’s Explosive Safety Program has built in redundancies to reduce the potential for human error and accidents. Both The Crown and the Contractor must comply with the applicable Acts, legislative, environment and explosive safety requirements while balancing cost effectiveness and efficiency.

1.6.4 The Crown recognizes that there are a broad range of treatments to neutralize energetic material and residues. Likewise, there are environmental technologies that conform to technical standards which meet the environmental criteria indicated throughout this SOW. The Crown considers that Full Demil includes but is not limited to:

1.6.4.1 Transport of the A&E, MS, A to P and Ammunition Salvage from The Crown location to the Contractor’s Full Demil Site;

1.6.4.2 Receipt, verification and control of inventory; 7/44 RDIMS OTT_LSTL # 3407415 1.6.4.3 Processing;

1.6.4.3.1 Unpack and preparation for processing (if necessary) based on the Contractors capability and throughput;

1.6.4.3.2 The neutralization of energetics, chemicals of concern and trace energetic residues;

1.6.4.3.3 Recovery, Reuse and Recycling (R3) of material scrap/hazardous waste pre and post mutilation and Certificate of Demilitarization post final scrap disposal;

1.6.4.3.4 Final disposal of material scrap.

1.6.5 The Crown will be seeking technical information about the contractor’s Full Demil process including the type (model), origin of the equipment (manufacture) and the equipment’s throughput and other unique capabilities specific to the equipment. This information as articulated in Section 3, will be expected to include:

1.6.5.1 Detailed flow charts as identified at para’s 3.3.3 and 3.5.5; and

1.6.5.2 Descriptive statements as to the process to be used.

1.6.6. The Crown will be seeking information on The Contractors capability, capacity, process and procedures to process the expected annual release of The Crown’s assets as detailed in para 3.5.1.

1.6.7 The Crown will be seeking the following supporting documentation that will demonstrate that the Contractor is or will be compliant (as articulated in Section 3 Para’s 3.3 and 3.5) to accomplish the Full Demil:

1.6.7.1 Proof that the contractor is licenced by NRCan to perform the operations on its own property within Cdn borders in a manner that is compliant to all NRCan’s requirements with regards to explosive safety, Tpt, storage and security;

1.6.7.2 The Crown’s requirements (Appendixes B5 and B6)

1.6.7.3 Environment requirements, (including Appendix B6)

1.6.7.4 Occupational health and safety;

1.6.7.5 Material scrap disposal; and

1.6.7.6 Hazardous waste disposal

1.6.8 Green Procurement (Detailed requirements in Section 3, para 3.14)

1.6.8.1 The Crown is seeking where possible “green” processes IAW para 3.14.

1.6.8.2 Federal Sustainable Development Act (FSDA)/DNC/CAF Sustainable Development 8/44 RDIMS OTT_LSTL # 3407415 1.6.8.2.1 Green procurement, definition for this SOW: In accordance with the legislation, policy and regulations, preference will be given for services that have a lesser or reduced impact on the environment over the Full Demil process, when compared with competing services serving the same purpose. Environmental performance considerations include, among other things: the reduction of greenhouse gas emissions and air contaminants; improved energy and water efficiency; reduced waste and support reuse and recycling, the use of renewable resources, reduced hazardous waste, and reduced toxic and hazardous substances. The Crown intends to require the Contractor to demonstrate (pertaining to its Full Demil process) that all above environment impact concerns will be met. (Ref Appendix B1 BY to CF).

1.6.8.2.2 As part of its ongoing commitment to improve the environment and the quality of life of Canadians, The Crown (Ref Appendix B1 CD to CF) seeks to reduce the environmental impacts of government operations and promote environmental stewardship by integrating environmental performance considerations in the procurement process and service contracts. (Appendix B1, CD Section 12 of the FSDA)

1.6.8.2.3 Green procurement is set within the context of achieving value for money. It requires the integration of environmental performance considerations into the procurement process including planning, acquisition, use, demilitarization and disposal. In this context, value for money includes the consideration of many factors such as cost, performance, availability, quality and environmental performance. Green procurement also requires an understanding of the environmental aspects and potential impacts and costs, associated with the life cycle assessment of goods and services being acquired. In addition, the supporting administrative processes, procurement and services contracts methods can also offer opportunities to reduce the environmental impacts of government operations.

Policy and Objective

1.6.8.3 The Green Procurement policy is issued pursuant to section 7 of the Financial Administration Act (Ref Appendix B1, BY), the Department of Public Works and Government Services Act, (Ref Appendix B1, CC) section 4 of the Department of the Environment Act (Ref Appendix B1, CA) and section 5 and 6 of the Department of Natural Resources Act (Ref Appendix B1 CB). The Green Procurement objective is to advance the protection of the environment and support sustainable development by integrating environmental performance considerations into the procurement decision-making process.

9/44 RDIMS OTT_LSTL # 3407415 1.6.8.4 The Crown’s Green Procurement policy also targets specific environmental outcomes where procurement and service contracts can effectively be used to mitigate the impact of environmental issues such as climate change and can support the protection of biodiversity, natural areas, air, soil and water. Where decisions are made to move forward on realizing specific environmental outcomes through procurement, it is expected this will:

1.6.8.4.1 Demonstrate environmental leadership and influence industry and citizens to use environmentally preferable goods, services and processes;

1.6.8.4.2 Stimulate innovation and market development of, and demand for, environmentally preferred goods and services, making these available and mainstream for other sectors of society; and

1.6.8.4.3 Support emerging environmental technologies.

2.0 APPLICABLE DOCUMENTS

2.1 The document references are detailed in Appendix B1. 3.0 CONTRACTOR'S REQUIREMENTS

3.1 Full Demil Location

3.1.1 For the reasons discussed in para 1.6.1, the Contractor’s Full Demil capability and operation for A&E, MS, A to P and Ammo Salvage must be conducted on the contractor’s own property and within the Canadian (Cdn) borders. The capability should be fully operational within 24 months of contract award.

3.1.2 Partnering between companies is permitted, provided that the Full Demil work is centralized at a single location. The contractor must provide a copy of the signed agreement between the companies (if applicable).

3.1.3 Subcontracting of any Demil work by the primary Full Demil Contractor offsite is not authorized by The Crown.

3.2 Responsibility

3.2.1 The Crown retains ownership of the A&E, MS, A to P and Ammunition Salvage items until such time that the Contractor has completed the Full Demil work and The Crown has received a Certificate of Demilitarization (Appendix B7) for each item.

3.2.2 Once the Contractor has completed the Full Demil, the Contractor is then responsible for the final disposal of any hazardous waste and material scrap.

10/44 RDIMS OTT_LSTL # 3407415 3.2.2.1 The Final Disposal of any material scrap must be completed by utilizing acceptable industrial standards. The contractor must detail and demonstrate the final material scrap disposal in para 3.5.5.7; and

3.2.2.2 The final Disposal of any hazardous waste must be completed by utilizing acceptable industrial standards and must be endorsed by appropriate government environmental office(s). The contractor must detail and demonstrate the final hazardous waste disposal in para’s 3.6.2.1 and 3.6.2.4.

3.3 Infrastructure and Equipment

3.3.1 Proven Technology

3.3.1.1 The Contractor must only utilize recognized technologies currently in use and proven by other countries. In addition, these technologies must not have been involved in an industrial A&E accident (where the equipments was found to be at fault) within the last five years. The technologies must incorporate appropriate pollution control measures such as an abatement system (Off Gas Treatment (OGT)) for air emissions and liquid waste treatment for neutralizing energetic materials and other substances of concern. The technologies must also include solid residue processing by thermal or chemical treatment, dis- assembling, size reduction, mutilating the A&E components and MS in which the processing facility’s final product must be creditable and certifiable for final material scrap disposal to recycling companies. The environmental requirements are specified in para 3.6.

This Space Intentional Left Blank

11/44 RDIMS OTT_LSTL # 3407415 3.3.2 Temperature and Duration

3.3.2.1 Thermal Treatment equipment capable of neutralizing A&E energetics and MS energetic residue must comply with the following minimum temperatures and durations (Appendix B1 para H). The contractor must certify and provide supporting documentation that their thermal treatment capability meets the temperature and duration below;

3.3.2.1.1 For A&E

Equipment By Type Temperature Duration Disposition Limits

SAA Incinerators 1200 -1400 ºF 25-35 min No additional treatment required for trace (up to 50 Cal) 649 – 760 ºC energetic residue on or within the case is required.

Explosive Waste 1200 -1400 ºF 25-35 min The recovered Incinerators( EWI) components require 649 – 760 ºC additional treatment for trace energetic residue.

Rotary Kilns / 1200 ºF + 8-12 min The recovered Deactivation type components require Furnaces 649 ºC + additional treatment for trace energetic residue

Closed or Contained The thermal The recovered Detonation Chamber reaction temperature components require (CDC) (requiring donor of the explosives additional treatment for charge) detonation trace energetic residue

Static Detonation 1100 – 1200 ºF 30 min The recovered Chambers (SDC) components require no 594 – 649 ºC additional treatment. Suitable for next phase of the Demil process mutilation.

This Space Intentional Left Blank

12/44 RDIMS OTT_LSTL # 3407415 3.3.2.1.2 For MS recovered from range clearance operations and MS recovered from A&E Thermal Equipment listed in para 3.3.2.1.1 (above) requiring secondary treatment, the table below specifies the thermal treatment temperatures and duration for MS Energetic Residue and SAA Spent Brass Certification. The contractor must provide certified support documentation that their thermal treatment capability meets the temperature and duration below;

Equipment By Type Temperature Duration Disposition Limits

Flash Furnaces 1200 -1400 ºF 25 - 35 min Suitable for next phase of the Demil process 649 – 760 ºC mutilation

Car Bottom Furnaces 1200 -1400 ºF 25 - 35 min Suitable for next phase of the Demil process 649 – 760 ºC mutilation

SAA Certification 1000 + ºF 20 min Suitable for next phase (SAA brass not of the Demil process previously treated or if 538 ºC + mutilation the SAA incinerator did not reach mandatory temperature and duration)

Note

The primary and secondary thermal treatment equipment types are the most common and recognizable types of equipment utilized throughout the world. The Contractor may request to operate other technologies not specified in this SOW by submission through the CA to the TA.

3.3.3 Full Demil Site Infrastructure

3.3.3.1 The Contractors Full Demil Site Infrastructure must have the capability and capacity to perform the functions listed below. Additionally, the Contractor must provide a site plan and detail process operation as required in para 3.5.5:

3.3.3.1.1 Transit Building Requirements:

3.3.3.1.1.1 Specifically designed for the purpose of shipping and receiving A&E, MS, A to P, Ammo Salvage, Government Supply Material (GSM), Material scrap and hazardous waste.

13/44 RDIMS OTT_LSTL # 3407415 3.3.3.1.1.2 Must have all the necessary tools and equipment required in performing its function to the Contractor’s operation and must employ qualified personnel in regards to the role of this building.

3.3.3.1.1.3 As a Potential Explosion Site (PES) to an Exposed Site (ES) orientation, the transit building must be considered as a workshop structure.

3.3.3.1.2 Warehouse Building Requirements:

3.3.3.1.2.1 Specifically designed for the purpose of the storage of A&E and hazardous waste, MS, A to P, Ammo Salvage and GSM.

3.3.3.1.2.2 Other special purpose buildings as required.

3.3.3.1.2.3 Contractor’s must employ qualified personnel in regards to handling A&E and Hazardous Waste.

3.3.3.1.2.4 Dependant upon the Crown’s ability to release inventory, the Contractor must adapt its work plan to consider:

3.3.3.1.2.4.1 The movement of A&E will require a Threat Risk Assessment (TRA) which can take up to 35 days to approve.

3.3.3.1.2.4.2 The Crown’s operational requirements, which may reduce or preclude its ability to release inventory.

3.3.3.1.2.4.3 Full Demil capability on an estimated warehousing capacity of 30 – 90 days production; and

3.3.3.1.2.5 The Contractors warehousing plan must consider the compatibility criteria of Hazard Classification Codes (HCC) and Net Explosive Quantity (NEQ) for A&E inventory.

3.3.3.1.3 Workshop Building Requirements:

3.3.3.1.3.1 Specifically designed for the purpose of employing all necessary tools and equipment that may be required by the Contractor’s Full Demil process and procedures.

14/44 RDIMS OTT_LSTL # 3407415 3.3.3.1.3.2 Specifically designed for the purpose of conducting unpacking, dis-assembly, breakdown, de-canning, size reduction etc of A&E.

3.3.3.1.3.3 Contractor’s must employ qualified personnel in regards handling A&E, and hazardous waste.

3.3.3.1.4 Energetic Treatment (Thermal or Chemical) Processing Requirements:

3.3.3.1.4.1 Specifically designed for the purpose of accommodating all necessary tools and equipment that may be required by the Contractor’s Full Demil process and procedures.

3.3.3.1.4.2 As stated in para 3.3.1.1. In addition, the pollution control measures must be approved at all appropriate environmental levels (Federal, Provincial, and Municipal). Where the technology utilizes an emission stack, the DND Stack Emissions must also be applied (Appendix B6).

3.3.3.1.4.3 Contractor’s must employ qualified personnel in regards to handling A&E, MS and Hazardous Waste.

3.3.3.1.4.4 As a Potential Explosion Site (PES) to an Exposed Site (ES) orientation, the treatment building must be considered as a workshop structure.

3.3.3.1.5 Energetic Residue (Thermal or Chemical) Treatment Processing Requirements:

3.3.3.1.5.1 Energetic residue arising from MS or from internal by products of the Contractors Full Demil process must be processed IAW para 3.3.2.

3.3.3.1.5.2 Specifically designed for the purpose of employing all necessary tools and equipment that may be required by the Contractor’s Full Demil process and procedures.

3.3.3.1.5.3 As stated in para 3.3.1.1. In addition, the pollution control measures must be approved at all appropriate environmental levels (Federal, Provincial, and Municipal). Where the technology utilizes an emission stack, the DND Stack Emissions must also be applied (Appendix B6).

3.3.3.1.5.4 Contractor’s must employ qualified personnel in regards to handling A&E, UXO, MS and Hazardous Waste.

15/44 RDIMS OTT_LSTL # 3407415 3.3.3.1.6 Open Detonation Destruction Area Requirements:

3.3.3.1.6.1 An NRCan Licenced Destruction Area.

3.3.3.1.6.2 Specifically designed area for the purpose of destroying A&E. It must be capable of accepting the single item NEQ for the largest item being processed:

3.3.3.1.6.2.1 The largest item that could be expected to be destroyed is a 155mm HE projectile with an NEQ 7.15kg of explosive filling having a danger area template of 725m for surface detonation.

3.3.3.1.6.3 Access from the processing area to the destruction area may traverse public roads where approved by NRCan or delegated authority and must be routed as far away from built up areas as possible;

3.3.3.1.6.4 Employ all necessary tools and equipment that is required to conduct destruction activities; and

3.3.3.1.6.5 Contractor must employ personnel sufficiently qualified to destroy A&E.

3.3.3.1.7 Mutilation Building/Area Requirements:

3.3.3.1.7.1 Specifically designed building for the purpose of segregation R3 for material types classed as i.e. plastic, metal, cardboard etc

3.3.3.1.7.2 Employ all necessary tools and equipment required for the mutilation of plastic, metals, cardboard, wood, rubber etc for A to P, Ammunition Salvage and Treated MS.

3.3.3.1.7.3 Secured and controlled access area to prevent A&E, MS, A to P and Ammunition salvage from not being properly processed before entering the final processed material scrap, waiting final disposal .

3.4 Other Related Requirements

3.4.1 Witnessing - as all commodities provided to the Contractor for Full Demil are Controlled Goods articles as defined by Appendix B1 Refs C, F, AB, AC, AD, AE, AF, AG, and the Mandatory requirements of Appendix B1 Refs AH, AI and AJ, The Crown requires all A&E, MS, A to P and Ammunition Salvage to be witnessed during selected destruction phases and the mutilation phase. The Contractor must provide office space and individual work space for:

16/44 RDIMS OTT_LSTL # 3407415 3.4.1.1 The Crowns personnel assigned to the Contractors Demil Facility as Controlled Goods witnessing personnel under a separate service contract that will be managed by DND.

3.4.2 Security

3.4.2.1 The Contractor must implement Canada's Security regulations and provide a copy of the letter of certification (certificate) as detailed in the following publications:

3.4.2.1.1 Explosives Act and Regulations;

3.4.2.1.2 Defence Production Act;

3.4.2.1.3 RCMP Security Regulations as applied by NRCan; and

3.4.2.1.4 National Defence Security Policy (NDSP) where:

3.4.2.1.4.1 Self Contained type A&E Weapons, Missiles and High Explosive Demolition Material must not be placed under temporary storage. These items must remain in a secured, alarmed ;

3.4.2.1.4.2 All personnel employed by the Demil Company must have a security clearance to a level suitable to the Crown in order to handle The Crown’s A&E and MS in addition to access to any Technical Data Information (TDI) that is released to the contractor. The minimum security level is Level II (secret);

3.4.2.1.4.3 The Contractor must provide suitable protection for all hard copies of TDI, classified or protected material, contracts, and controlled access to these resources. Electronic files must be protected and controlled access IAW established Crown information technology (IT) security polices.

3.4.2.1.4.4 The Contractor shall be subject to the Crowns security inspection for the security aspects at para’ 3.4.2.1.4.1 to 3.4.2.1.4.3 and Appendix B5. The Contractor must demonstrate how they will be complaint to all security requirements.

This Space Intentional Left Blank 17/44 RDIMS OTT_LSTL # 3407415 3.4.3 Access Control

3.4.3.1 Only authorized personnel are to be given unescorted access to an explosives storage area/facility. A visitor is defined as any individual authorized entry to the explosives area, which do not have the facility as their primary place of work/duty. Visitors, who routinely require access to the explosives area, such as security, firefighters, contractors performing scheduled routine maintenance, need not be escorted except when entering a PES or other hazardous location. Any person whose conduct or condition, in the opinion of the senior authority present, is considered a potential hazard to the facility or its personnel must be immediately removed or denied access. In particular, any person showing signs of being under the influence of drugs or alcohol must be removed from or denied access to the facility.

3.4.3.2 Persons approaching an A&E Facility are to be identified and their access authority is to be examined. Unauthorized persons and persons found to be loitering must be escorted away from the area and local Law Enforcement (LE) is to be notified immediately.

3.4.3.3 The Contractor’s Demil facility must enact a pass control system for their facility and other hazardous goods storage areas. The system is to provide a means to positively identify facility staff and to readily differentiate them from visitors:

3.4.3.3.1 The pass system must also provide a means to control all pers entering or leaving the facility.

3.4.3.3.2 The pass system must allow for the facility to manage and account for pers during an emergency event.

3.4.3.3.3 All visitors and vehicles must sign into a controlled register book/daily log book. Security staff to sign out all visitors and vehicles.

3.4.3.3.4 Visitors permitted access to a Facility must be escorted at all times. Admission to sites and structures within the area must be limited to those in which the visitor has bona fide business.

3.4.3.4 The Contractor must demonstrate and provide details regarding Access Control.

This Space Intentional Left Blank

18/44 RDIMS OTT_LSTL # 3407415 3.4.4 Key Control

3.4.4.1 All keys to areas, sites, structures, buildings, magazines, vehicles, offices, desk, storage lockers and gates associated with the facility must be listed in a master register. The number of keys in use should be kept to the absolute minimum based on operationally necessary. Keys should not be permanently issued to any individual. All keys providing access to controlled areas, sites, structures, buildings, magazine, offices and gates must be returned at the end of normal working hours to the issue control point.

3.4.4.2 Master keys must only be produced on the authority of the facility manager. An access log detailing the names, telephone numbers, private addresses, and specimen signatures of persons authorized to draw and return keys must be maintained to control the issue and receipt of the keys. The issue and return of keys must be performed by the facility’s security guard.

3.4.4.3 At least once a quarter, a muster of all keys, including Master and Grand Master keys, must be conducted. The muster is to include physical verification of key operation in the designated locks. A written record of each muster must be kept indicating dates conducted and the person conducting the verification.

3.4.4.4 If a key providing access to a controlled area, site, structure, building, magazines, offices, vehicles or gate has been lost, or believed on reasonable grounds to have been compromised, the Facility manager must immediately ensure an appropriate supplemental means of physical security is applied to that location until such time as the primary locking mechanism is replaced or re- tumbled.

3.4.4.5 Where padlocks are utilized they must be minimum security rating of S283 or equivalent standard.

3.4.4.6 The Contractor must demonstrate and provide details regarding Key Control.

3.4.4.7 Prohibited Articles please see The Crown’s Explosive Safety Requirements as detailed in Appendix B5.

3.4.5 The Crown’s Explosive Safety and Security Requirements as detailed in Appendix B5.

This Space Intentional Left Blank

19/44 RDIMS OTT_LSTL # 3407415 3.5. Equipment Capability and Capacity - Throughput

3.5.1 The contractor’s Full Demil capability and capacity must accommodate 100% of the expected annual – recurring A&E, MS, A to P and Ammunition Salvage plus 10 of the backlog A&E, MS, A to P and Ammunition Salvage. The following examples are provided for amplification:

3.5.1.1 Annual - Recurring A&E. Appendix B4 and Group A attachment for SAA indicates for LOG Serial 0063, Cartridge 5.56mm Blank Link that there is a current holdings (identified as Backlog) of Qty 1,239,869 rds scheduled for Demil in which 31,760 rds are identified as a "One Time Demil" event (meaning the type of cartridge will no longer be bought by The Crown or the weapons platform that utilized this specific cartridge is no longer in service). Therefore to provide an estimate of the qty of cartridge that could be expected annually is calculated as the total (1,239,869) subtract any One Time Events (31,760) = 1,239,869 divided by 12 (12 years ago was the last time this item was neutralized) = Qty 120,811 potential annual or recurring qty requiring Full Demil Process;

3.5.1.2 Backlog A&E - as indicated in para 3.5.1.1 above, Appendix B4 and the Group A attachment for SAA indicates for LOG Serial 0063, Cartridge 5.56mm Blank Link that there is a current holdings of Qty 1,239,869 rds scheduled for Demil. Therefore the 10% Qty's

3.5.1.2.1 10% of this inventory = Qty 123,987

3.5.1.3 As para 3.5.1.1 states the Contractor's Full Demil capability and capacity for LOG Serial 0063 should be able to process on an annual base:

3.5.1.3.1 120,811 - Annually (recurring) 123,987 - 10% of the Backlog 244,798 - Total cartridges minimum annually, up to;

3.5.1.4 MS items recovered during range clearance operations have undergone Third Level Screening, which should have removed any energetic filled munitions. However, any Third Level Screening conducted prior to 16 September 2011 Appendix B1 Ref H Change 1, may be subject to human error whereby live A&E may be found. MS might also include A&E components removed during dis- assembly/breakdown workshop operations and or recovered thermally treated MS from certain incinerators as mention in para 3.3.2 above. The following qty of MS exists:

3.5.1.4.1 Appendix B4 and Group T attachment for MS currently indicates 3,413,104kg collected and waiting Full Demil process;

3.5.1.4.2 The annual - recurring MS is dependent on whether The Crown conducts range clearance operations with internal resources or contracts out this activity. Therefore, The Crown cannot provide a

20/44 RDIMS OTT_LSTL # 3407415 definitive estimate for the volume of MS that may be collected and requiring Full Demil processing. The Crown estimates that the maximum volume of MS that currently sits on active Crown Training Area's that could require Full Demil is 50M to 60M tons. This is a maximum possible estimate. Actual range clearance(s) and recovered MS quantities will be significantly less.

3.5.1.4.3 The Contractor should base the MS annual capability and capacity on 10% of the current holds meaning that the annual recurring volume is estimated at 341,310kgs and 10% of the backlog:

3.5.1.4.3.1 341,310kgs - Annually (recurring) 341,310kgs - 10% of the Backlog 681,610kgs - Total minimum MS annually, up to;

3.5.2 Equipment Modification

3.5.2.1 The Contractor must not modify Demil equipment for applications other than its intended design use without prior approval from The Crown’s Technical Authority (TA) and the Original Equipment Manufacture (OEM). Wherever and whenever required, the TA will collaborate with the Contractor regarding any proposed modifications or design deviations. Where modification or alteration has taken place, the OEM will determine if the modification or alteration adversely affects the performance of the equipment to achieve its purpose or prevents adherence to any of the Crown’s Full Demil requirements. The facility and equipment must be operated in accordance with Explosive and Environmental licenses. Any changes to approved operating procedures must be approved by NRCan and the appropriate Environment Government office, except when the stack emissions are involved, and then DND/CAF Stack Emissions (Appendix B6) are regulated by TA through the CA.

3.5.2.2 The Contractor must coordinate with the Crown and mutually develop a Production Schedule for A&E, MS and Inert Items (Salvage, Inert, A to P) in accordance with Appendix B9, Attachments B9-1 and B9-2, CDRL # 004 and corresponding DID # PM-004. A draft Production Schedule must be included in the contractor's proposal.

3.5.3 Capability and Capacity

3.5.3.1 A&E, MS, A to P and Ammunition Salvage must be Tpt and demilitarized by the Contractor.

3.5.3.2 The Crown has categorized its inventory into 26 Groups as listed below. The groups indicated by number under the Requirement heading represent the following:

3.5.3.2.1 Mandatory/core capability requirement (Requirement 1, must be met)

21/44 RDIMS OTT_LSTL # 3407415 3.5.3.2.2 Desired capability requirement (Requirement 2, although desirable and are point rated, failure to met will result in a reduced score during Bid Evaluation). These natures represent stocks that are not expected to be within the Contractor’s capability or may represent a separate contract within DND/PWGSC for which identified natures are not available at this time.

This Space Intentional Left Blank

22/44 RDIMS OTT_LSTL # 3407415 Note For amplification of below chart, please refer to Appendix B4 and it 26 attachments. Group Natures Group Subtotal Appendix B4, Requirement (Appendix 6) Attachment A SAA up to and including 50 cal 5,821,418 Attachment A 1 B 20mm to 24mm 285,107 Attachment B 1 C 25mm to 40mm (LV & HV 494 Attachment C 1 Grenades) D 40mm Naval to 104mm 6,635 Attachment D 1 E 105mm to 155mm (less 155 HE) 53 Attachment E 1 F 155mm (HE) 2 Attachment F 1 & 2 G Aircraft Bombs 0 Attachment G 2 H Propellant (Black powder and 77,774 Attachment H 1 Gun) UI: KGs I CADs & PADs 423,958 Attachment I 1 J Demolition Material 0 Attachment J 1 K Fuzes, Boosters, Primers and 81,227 Attachment K 1 Tracers L Grenades Fragmentation 0 Attachment L 1 M Rocket Motors 1,634 Attachment M 1(& 2 TBD) N Missiles and Rockets 3 Attachment N 1 & 2 O Pyrotechnics (Sea, Land and Air) 242,226 Attachment O 1 P Decoy Devices 15,531 Attachment P 1 Q Naval 2,824 Attachment Q 1 R Chemical (RP/WP and CS 59,596 Attachment R 1 Irritants) S Mines 0 Attachment S 2 T Batteries w/Igniters 688 Attachment T 2 U Munitions Scrap (MS) (Items 3,477,290 Attachment U 1 recovered from range clearances and dis-assembling of A&E) V Not Utilized 0 Attachment V W Inert A&E (Dummy and Display, 16,249 Attachment W 1 Training Aids) X Aids to Production (Repack 19,993 Attachment X 1 Material) Y Spent Brass and steel Cartridge 9,600 Attachment Y 1 cases Z Salvage (A&E components that are 119,919 Attachment Z 1 returned by the units such as links, launch tubes, etc)

Combined Total 7,064,992 Ea (A&E) 3,477,290 Wt Kg (for MS)

23/44 RDIMS OTT_LSTL # 3407415 Notes The Crown's inventory of items requiring Full Demil is in a constant flux and the above table is for planning purposes only. The figures shown in the table were current as of 11 Sept 2013.

The Crown retains the right to direct what A&E, MS, A to P and Ammo Salvage is offered for Full Demil and in what quantity from the established list at 3.5.6.2

3.5.3.3 Appendix B4 and its 26 Attachments by groups, indicate the natures and quantities scheduled for destruction by Full Demil process. The attachments indicate the potential backlog and estimated annual - recurring quantities requiring Full Demil process.

Notes The estimated annual - recurring inventory volume is approximately 10% of the total start-state inventory as indicated in the above table. The contractor must observe Appendix B4 individual groups attachment list. The estimated annual recurring inventory does not include MS as this is range-clearance dependent.

The estimated annual - recurring inventory does not include any future divestment of weapon platform or selective type of A&E. A&E disposal from a system divestment may be considered as a one-time disposal event.

3.5.4 Condition of A&E, MS, A to P and Ammunition Salvage

3.5.4.1 The condition of the A&E is safe for transport, storage and handling. Any proposed Demil process must take into account reasonable degradation of the A&E which requires that the Contractor conduct periodic inspections during processing. These inspections are conducted to ensure that the A&E does not become unsafe at any time during temporary storage at the Contractors Demil Site and during the Full Demil processing.

3.5.4.2 The majority of the A&E is packaged in the original manufactures packaging composed of inner, intermediate and outer ammunition storage containers loaded and on standard ammunition 48 inches by 40 inches wooden pallet:

This Space Intentional Left Blank

24/44 RDIMS OTT_LSTL # 3407415 Originally Manufacture Packed SAA

3.5.4.3 There are circumstances that A&E may not be in its original manufacturers packaging and have been repacked into an approved suitable replacement ammunition container. In addition, there is SAA that is loosely packed into an approved ammunition container which The Crown may choose to transport using its internal transportation resources (“Green Fleet”) to the contractor’s site if it cannot be transported commercially. The loose SAA generally pertains to a small quantity of SAA that was returned to Canada from a theatre of operation or the recovery of SAA from the AMNESTY Box Program.

Loosely Packed SAA Returned from Theatre of Operation

Loosely Packed SAA recovered from The AMNESTY Program

25/44 RDIMS OTT_LSTL # 3407415 3.5.4.4 There are only three (3) wooden shipping crates approved for use in shipping MS within Canada. Each MS shipping crate has a maximum weight load capacity of 1500kgs but most MS crates are between 800kgs to 1300kgs.

3.5.4.4.1 Local produced wood MS crate built IAW Appendix B1 Ref BG, are built on a standard 48 inches by 40 inches wooden ammunition pallet;

Locally Produced MS Shipping Crate

3.5.4.4.2 Local Modified produced Wood MS create to accommodate the extreme limited MS in certain locations; or

Modified Local Produced MS Shipping Crate

This Space Intentional Left Blank

26/44 RDIMS OTT_LSTL # 3407415 3.5.4.4.3 Collapsible Manufactured Wood MS crate, which is directionally built on a 48 inches by 48 inches platform

Approved Manufactured Collapsible MS Shipping Crate

3.5.4.5 A to P and Ammunition Salvage - depending on the item and material type - will be packed on a standard wood Ammunition Pallet 48 inches by 40 inches or into a card board tri-wall box. Ammunition Container lids will be removed from their original container and placed into a separate tri-wall box;

Plastic Ammunition Containers with lids removed stack on a standard wood Ammunition Pallet

27/44 RDIMS OTT_LSTL # 3407415 Cardboard Tri-wall Shipping Container on a standard wood Ammunition Pallet

3.5.4.6 MS, A to P and Ammunition Salvage deemed safe for transport should have undergone an Explosive Safety Inspection referred to as third (3rd)Level screening/verification and a Third Level Verification Label/placard -safe for transportation will have been fixed to the pallet. For MS, one label should have also been placed inside the MS Shipping Container. Below is an example of the Level 3 verification Tpt label (Appendix B1 Refs T and BG):

3.5.5 Full Demil Process and Methods

3.5.5.1 The Contractor must utilize the safest method of Demil. In addition the Demil method must be the most cost effective means to fully demilitarize the A&E, MS, A to P and Ammunition Salvage inventory being offered by The Crown (as categorized in Section 3 and amplified in Appendix B4’s 26 attachments). 28/44 RDIMS OTT_LSTL # 3407415 3.5.5.2 In performance of the work, the Contractor must respect and comply with all national and international Legislation, Acts, Treaties, local laws and regulations for storing, handling, processing, importing/exporting A&E, explosive safety, environmental policies and CGR. The Contractor must take all reasonable and practical measures to protect the public and its employees against accidents, to safeguard the environment, even though such measures may exceed the minimum legal requirements.

3.5.5.3 The Contractor must provide a certified hard copy of their company's licenses, permits, and environmental assessments. These licences, permits and assessment must be maintained throughout the contract award period and at the expense of the Contractor.

3.5.5.4 The Contractor must own, licence, operate and maintain the acceptable proven Full Demil equipment and have developed proven detailed Full Demil standard operation procedures (SOP) and processes as detailed in para 1.6.2 and 1.6.7 for every group item categorized detailed in Appendix B4’s 26 Attachments that the Contractor has determined to Fully Demil for The Crown.

3.5.5.5 The Contractor should endeavour to select technologies and equipment which reduce to the greatest extent possible the human interactions with the A&E, MS, A to P and Ammunition Salvage being demilitarized, while at the same time maximizing the capacity, capability and throughput of the equipment being employed.

3.5.5.6 When safe to do so and without compromising the safety of personnel and based on the contractor’s equipment design/capability/type, the Contractor should expose the energetics by certain methods like: de-confine, dis-assemble, break down or size reduction to the greatest extent possible in order to facilitate:

3.5.5.6.1 The safe thermal, chemical or mechanical deactivation and subsequent treatment processes;

3.5.5.6.2 The isolation and removal of identified hazardous or toxic components deemed not suitable for further Demil;

3.5.5.7 R3 of selected material(s), and good environmental stewardship (ie: by segregating R3 material into recycling categories of metals, plastic, wood, textiles and paper etc) for final disposal of energetic-free material scrap released to recycling companies must be done;

3.5.5.8 The Contractor must eliminate A&E energetics and MS energetic residues before mutilation and before being consider releasable as energetic-free material scrap as part as the final disposal of material scrap.

29/44 RDIMS OTT_LSTL # 3407415 Note Given the fact that The Crown’s actual inventory is low compared to other NATO countries, the R3 value of energetics from The Crown’s perspective is considered to be minimal. Additionally, the costs to re- engineer the energetics to another suitable military or commercial use in Canada is not believed to be cost effective. Therefore, The Crown's intention is to destroy all energetics. In saying this, if the contractor believes that the R3 of energetics could be achieved; it will be at the cost of the Contractor, as The Crown will not pay additional costs for the R3 of any energetics.

3.5.6 Receipt, Storage and Inventory Control

3.5.6.1 All items remain the property of The Crown until such time as the Full Demil is completed (i.e. until the items are mutilated and the material scrap and/or the hazardous waste are recovered, and that “Certificate of Demilitarization” is completed (Appendix B7)). This also applies to recovered components.

3.5.6.2 The Crown controls its A&E, MS, A to P and Ammunition Salvage by the use of tombstone data such as: LOG serial numbers, NATO Stock Numbers (NSN) or Part Control Stock Numbers (PCSN), Nomenclature, Qty, LOT numbers (more pertaining to LOT Number in Para 3.5.6.5 below), and serial numbers.

3.5.6.3 Upon receipt of the A&E at the Contractor’s Demil or intermediate storage facility, the Contractor must conduct an inventory verification to ensure that A&E, MS, A to P and Ammunition Salvage has not been diverted or lost during transportation. All discrepancies must be reported in writing, by the Contractor to TA within 24 hours or the next work day. The Contractor must provide an Initial Receipt Report to the TA and CA, categorized by quantity, description/nomenclature and lot in the form of a spreadsheet of all A&E shipments received at its facility within 24 hours after reception in accordance with Appendix B9, Attachments B9-1 and B9-2, CDRL # 006 and corresponding DID # PM-006.

Note Upon discovery of shipment discrepancies an investigation must be conducted. The Contractor must contact the Military Police or RCMP and TA.

3.5.6.4 During Demil processing, the Contractor must verify that the type and quantity of A&E, A to P and Ammunition Salvage contained in each package are the same as what is indicated by the package markings. All discrepancies must be reported, in writing, by the Contractor to the TA within 24 hours or the business work day

3.5.6.5 A&E LOTTING

3.5.6.5.1 A&E is manufactured in groups or batches known as "LOTS". These "LOTS" are numbered sequentially and provide a unique means of

30/44 RDIMS OTT_LSTL # 3407415 tracking and documenting the performance of ammunition to ensure safe, consistent control of inventory.

3.5.6.5.2 The Contractor will be provided with specified LOTS of A&E requiring Full Demil. If a container is loaded without distinguishable "LOT" identification, or if mixed "LOTS" comprised of A&E from varied sources, are delivered, The Crown may assign an administrative "LOT" number prior to releasing the inventory to the Contractor for Full Demil processing.

3.5.6.5.3 Each LOT must be consolidated and stored within a secured covered storage site.

3.5.6.5.4 A&E removed from storage for Full Demil processing must be completed by the "LOT" designations before moving on to the next LOT of this nature.

3.5.7 Recover, Reuse and Recycle (R3)

3.5.7.1 The Contractor must maximize R3 value by segregation of material scrap types resulting from Full Demil operations including A to P and Ammunition Salvage. Please see para 3.9 for more details.

3.5.7.2 The Contractor must provide a Final Scrap Material Disposal Plan and Operating Procedures for A&E, MS. and Inert Items (Salvage, Inert, A to P) in accordance with Appendix B9, Attachments B9-1 and B9-2, CDRL # 008 and corresponding DID # PM-008.

3.6 Environmental Compliance

3.6.1. General

3.6.1.1 The Contractor must provide proof of an Occupational Health and Safety Program in place to identify hazards, control risks (e.g. engineering controls and personnel protective equipment in place), prevent accidents and injuries within the workplace, and comply with occupational health and safety regulations.

3.6.1.2 The Contractor must comply with all Environmental laws and regulations applicable to the Demil and Disposal of A&E, MS, A to P and Ammunition Salvage. The Contractor must provide evidence of compliance with such laws to the CA and the TA at such times as they may reasonably request.

3.6.1.3 The Contractor must obtain and maintain at its own cost all environmental permits, licenses, regulatory approvals and certificates required to perform the work. Upon request from the CA, the Contractor must provide a copy of any permit, licence, regulatory approval or certificate from any International, National/Federal, Provincial/Territorial/Municipal and/or other local environmental authorities. 31/44 RDIMS OTT_LSTL # 3407415 3.6.1.4 The Contractor must provide proof of a management system in place to control environmental impacts resulting from its activities. ISO 14001 – Environmental Management.

3.6.1.4.1 Management Systems; Specification with Guidance for Use - is a benchmark for an effective environmental management system (EMS) applicable to all types and sizes of organizations. Certification to this standard is preferred but not necessary. The Contractor must provide proof of a formalized set of procedures and control measures in place to achieve conformance with the requirements of this work, while ensuring environmental protection and pollution prevention. The TA must have the right to make examinations and audits of the work and control processes/procedures and infrastructure with respect to the environmental management system as required.

3.6.1.4.2 The EMS requirement is applicable to the Contractor. The Contractor must make a reasonable effort to monitor and ensure that all subcontractors for hazardous waste disposal are in compliance with the applicable environmental laws and regulations. 3.6.2. Equipment

3.6.2.1 The Thermal or Chemical Treatment equipment must be fitted with a pollution abatement system sufficient to comply with DND/CF stack emission standards in addition to federal, provincial/territorial and local stack emission standards.

3.6.2.1.1 The abatement system for air emissions must comply with the stack emission limits outlined in Appendix B6 in addition to air emission standards that are in effect at the location where the demilitarization is to take place.

3.6.2.2 Liquid waste treatment must comply with all standards and criteria for stack emissions and waste water discharge limits that are in effect at the location where the demilitarization is to take place.

3.6.2.1.2 The liquid waste treatment system must comply with the waste water discharge limits established by any Federal, Provincial/Territorial, Municipal regulation that is in effect at the location where the demilitarization is to take place.

3.6.2.2 Any thermal treatment equipment (i.e. de-activation incinerators like furnaces, kilns, rotary kilns, Closed Detonation Chamber (CDC), Static Detonation Chamber (SDC) and flashing furnace type units) must be fitted with either a permanent or portable emission monitoring system which will enable compliance with air emission standards.

3.6.2.3 The thermal treatment system must include an emergency shutdown capability or be capable of restricting the operator from allowing further feeding into the equipment in the case of equipment failure/feed rate, OGT failure or emissions

32/44 RDIMS OTT_LSTL # 3407415 exceeding the regulatory limits. An audible or visual alarm must be present.

3.6.2.4 The hazardous waste obtained after the Thermal or Chemical Treatment or other approved method of A&E and MS must be collected, stored, handled, transported and disposed of by qualified and trained personnel, and by certified/permitted hazardous waste disposal Contractors and waste disposal facilities.

3.6.2.4.1 The Contractor must have a solid waste material recycling program in place to achieve maximum R3 principles, thereby reducing the overall environmental footprint.

3.6.2.4.2 Certain types of incinerators require water as part of the OGT system and in doing so the water may be contaminated with energetics or hazardous waste substances. In the event the contaminated waste water is not re-processed by the incinerator and its OGT system, then the contractor must have an approved contaminated waste water disposal method.

3.7 Explosive Safety Compliance

3.7.1 Qualifications (Appendix B1 Ref H)

3.7.1.1 The Contractor must provide supporting documentation that will demonstrate the Contractor is or will be compliant with the following requirements:

3.7.1.1.1 Responsibility to ensure that personnel employed in the Full Demil of A&E, MS, A to P and Ammunition Salvage possess the necessary qualifications commensurate with the inventory that will undergo the Full Demil process as it applies to defence Explosive Ordnance (EO);

3.7.1.1.2 In order to conduct any of the following defence EO related activities the following qualified personnel are required in sufficient numbers to conduct the tasks identified. For contractor submissions originating outside of Canada, the equivalent level of qualifications identified below must be demonstrated. Equivalent level of qualification submissions must be accompanied by the course syllabus, or other equivalent document and a verifiable proof of course completion must be made to TA through CA so that an equivalency determination may be made by DAER.

3.7.1.1.3 Where a determination is to be made as to the condition, identification, or to confirm the level 3 verification status of an A&E item:

3.7.1.1.3.1 Any person possessing the Conventional Munitions Disposal (CMD) Advanced (AJFB) qualification (formerly HB) IAW Appendix B1 Ref H;

33/44 RDIMS OTT_LSTL # 3407415 3.7.1.1.3.2 Civilian (Civ) personnel (pers) qualified (qual) IAW Appendix B1 Ref R Contracted Range Clearances/UXO activities;

3.7.1.1.3.3 Ammunition Technical Officer IAW Appendix B1 Ref H;

3.7.1.1.3.4 Ammunition Technician: Military Occupational Structure Identification (MOSID) 00169 Ammo Tech (Supervisor) (Sergeant (Sgt) QL6A or above after Sep 1996 or WO QL6B or above prior to Sep 1996) IAW Appendix B1 Ref H;

3.7.1.1.3.5 The Contractor to provide a list of key and critical Demil position qualification.

3.7.1.1.4 Where safe to move, A&E are to be perforated or otherwise destroyed by OB/OD, for this SOW, (Pertaining to MS UXO only) The acceptable qualifications are:

3.7.1.1.4.1 Any person possessing the CMD Basic (AJEJ) qualification (formerly HA) IAW Appendix B1 Ref O Destruction of Dud and misfired Ammunition;

3.7.1.1.4.2 Civ pers qual IAW Appendix B1 Ref R Contracted Range Clearances/UXO activities; or

3.7.1.1.4.3 Civ Ammunition Technician (CAT 4) IAW Appendix B1 Ref BV Occupational Specification for the Civilian Ammunition Technician Occupation

3.7.1.1.5 Where suspect or unsafe ammunition or explosives require special handling or subsequent destruction by OB or OD or another alternative method. The acceptable qualifications are:

3.7.1.1.5.1 Any person possessing the CMD Advanced (AJFB) qualification (formerly HB) IAW Appendix B1 Ref P Disposal of Stray Ammunition;

3.7.1.1.5.2 Civ pers qual IAW Appendix B1 Ref R Contracted Range Clearances/UXO activities;

3.7.1.1.5.3 Ammunition Technical Officer (inherent to trades specification); or

3.7.1.1.5.4 Ammunition Technician: MOSID 00169 Ammo Tech (Supervisor) (Sgt QL6A or above after Sep 1996 or WO QL6B or above prior to Sep 1996) (Appendix B1 Ref H).

34/44 RDIMS OTT_LSTL # 3407415 3.7.2 Ammunition Accident/Incident Reporting Appendix B1 Ref BO

3.7.2.1 The Contractor must report all ammunition related accidents/incidents (in accordance with Appendix B2 para D and E) to NRCan in writing no later than the next working day of the occurrence/observation. The Contractor will also ensure a copy of the report is forwarded by fastest means to the DND TA and PWGSC CA

3.7.3 Technical Data Package (TDP) Information

3.7.3.1 The Crown procured A&E by different methods and in doing so “Technical Data Drawing(s)” and technical data information (TDI), (hereafter referred as TDP) were not always part of the procurement or the A&E source country’s government has not/or will not release the TDP.

3.7.3.2 The Crown may or may not have any TDP’s (Canadian Forces Technical Orders (CFTO’s), Ammunition Suitability and Serviceability Broad Approval and (ASSB), Workplace Hazardous Materials Information System (WHIMS) details) pertaining to the inventory; any information available is subject to legal review regarding ITAR, CG, CTAT, IP and End User Certification (EUC) requirements. Only releasable TDP’s may be provided and only if all CG requirements and security conditions are met.

3.7.3.3 In the absence of any available TDP, the Contractor must be responsible for obtaining all other necessary technical documentation or determining the information by technical assessment as required to establish their ability to safely perform the Full Demil and disposal operations.

3.8 Controlled Goods Registered

3.8.1 The Contractor must be registered with PWGSC Controlled Goods Directorate;

3.8.2 All Contractor Demil personnel employed must be controlled goods trained and meet Controlled Goods criteria.

This Space Intentional Left Blank

35/44 RDIMS OTT_LSTL # 3407415 3.9 Recovered, Reuse, Recycle (R3) Material/Components

3.9.1 Government Supplied Material (GSM)

3.9.1.1 The Crown has a GSM Program for A to P natures listed in Appendix B8. Only serviceable GSM A to P natures that are recovered for reuse are to be forwarded to General Dynamics Ordnance and Tactical Systems (GD-OTS) Canada following discussions with the TA. All remaining A to P are declared surplus to The Crown requirements and must undergo an Explosive Safety inspection and certification, mutilated and converted to recyclable material scrap by material type unless otherwise directed by the TA. Any GSM natures found not serviceable must be mutilated and converted to material scrap.

3.9.2 Ammunition Wood Pallets (NSN 3990-21-901-7923)

3.9.2.1 Serviceable - being of 40 inches x 48 inched to dimension with one piece ¾ (or 5/8) inch plywood top, solid 8 inch wooden blocks and 3 x 5/8 inch plywood running board that do not require repair must be returned to The Crown and delivery to be coordinated to one of the supporting ammunition facilities mentioned below in para 3.10.

3.9.2.1.1 A service charge equivalent to the value of the wooden pallet will be assessed to the Contractor in the event serviceable wooden pallets are not returned to the Crown.

3.9.2.2 The Crown will not accept non-serviceable wooden pallets returned by the Contractor. In exceptional circumstances where the Crown must destroy the non-serviceable wooden pallets on behalf of the Contractor, the Crown shall be reimbursed for the disposal costs by the Contractor.

3.9.3 MS Wood Shipping Crates

3.9.3.1 Para 3.5.4.4 describe the three (3) types of wooden shipping crates that are utilized for movement of MS in Canada. Serviceable MS crates not requiring repair must be returned to The Crown with delivery to be coordinated with one of the supporting ammunition facilities in para 3.10.

3.9.3.2 A service charge equivalent to the value of the MS shipping crates will be assessed to the Contractor in the event serviceable wooden pallets are not returned to the Crown.

3.9.3.3 The Crown will not accept non-serviceable MS shipping crates returned by the Contractor. In exceptional circumstances where the Crown must destroy the non-serviceable wooden pallets on behalf of the Contractor, the Crown shall be reimbursed for the disposal costs by the Contractor.

36/44 RDIMS OTT_LSTL # 3407415 3.10 Transportation (Tpt)

3.10.1 3.10.1 The bulk of the backlog of A&E and MS is currently located at CFAD Dundurn, Saskatchewan (Dundurn holds some A to P and Ammunition Salvage).

CFAD Dundurn Building 268 Little Crow Avenue Dundurn, Saskatchewan S0K 1K0

3.10.2 The bulk of the annual recurring A&E, MS, A to P and Ammo Salvage is currently located across Canada at DND/CAF installations (para 3.10.2.1). The movement of these assets requires coordination between the Contractor and the TA on a mutually agreed upon schedule. Responsibility for the Tpt and related cost or special requirements for the A&E, MS, A to P and Ammo Salvage from The Crown's property to the Contractor Demil Facility will be the Contractor’s responsibility..

3.10.2.1 The Annual (recurring) A&E, MS, A to P and Ammunition Salvage is located across Canada at these major ammunition support facilities:

3.10.2.1.1 CFAD Rocky Point, Vancouver Island, BC;

3.10.2.1.2 CFB Wainwright, Wainwright, AB;

3.10.2.1.3 CFB Cold Lake, AB;

3.10.2.1.4 CFB Suffield, AB;

3.10.2.1.5 CFB Shilo, MB;

3.10.2.1.6 CFB Petawawa, On;

3.10.2.1.7 CFAD Angus; On;

3.10.2.1.8 CFB Trenton, On;

3.10.2.1.9 CFB Valcartier, PC;

3.10.2.1.10 CFB Bagotville, PC;

3.10.2.1.11 CFB Gagetown, NB; and

3.10.2.1.12 CFAD Bedford, NS.

3.10.3 The Contractor must obtain at the contractor’s cost and provide a copy of all licences, permits and dangerous goods documentation required for the movement of A&E, MS, A

37/44 RDIMS OTT_LSTL # 3407415 to P and Ammo Salvage within Canada as applicable. IAW Appendix B1 Refs "AD and BG" states that movement of A&E in Canada requires an NRCan ammunition control number.

3.10.4 Tpt Schedule - a post-contract award meeting between the Contractor and The Crown will be held to agree upon a Tpt schedule including frequency and acceptable quantities to be moved. This meeting will be arranged by the CA and held at The Crown premises. The Contractor will coordinate A&E pick-up times and dates at least six (6) weeks in advance with National Defence Headquarter, Canadian Materiel Support Group (CMSG), Canadian Joint Operations Command (CJOC), J4 Ammo Operations at 1-613-997-7883 or J4 Depot Support at 1-613-997-7895. The Contractor must provide a formal Tpt Schedule in accordance with Appendix B9, Attachments B9-1 and B9-2, CDRL # 009 and its associated DID # PM-009..

3.10.5 Means of Tpt. The Contractor must select method(s) of Tpt (Appendix B1 Ref BD through BK) that are safe and secure, complying with all applicable national and international regulations. Any safety equipment required is the Contractor’s responsibility.

3.10.6 The Contractor must respect all national regulations for Tpt of A&E that the shipments will transit as follows by:

3.10.6.1 Road/Rail – Within Canada, the Contractor must follow the Canadian Transportation of Dangerous Goods Act and Clear Language Regulations (TDG)", Appendix B1 Ref "BD";

Note

There are no rail heads directly located at any of the locations identified in para 3.10, but there may be rail heads in nearby cities.

3.10.6.2 Air – International Civil Aviation Organization (ICAO) and Technical Instructions (IATA) (if applicable), Appendix B1 Ref "BH" and;

3.10.6.3 Water – International Maritime Dangerous Goods Regulation (IMDG) (if applicable), Appendix B3 Ref "BI".

3.10.7 The supporting Ammunition facility staff will perform the loading operations (eg: bracing and palletizing). Off-loading operations and any movement beyond the initial loading site must be the Contractor’s responsibility. If required, the Contractor must pre-position any trailers or ISO 20 ft containers at least (7) seven calendar days before the planned movement date. The Contractor must provide a minimum of forty (40) calendar days advance notice to transport ammunition to accommodate the “security requirements of a threat and risk assessment (TRA) (Appendix B1 Ref BG) which includes “point to point tracking” (i.e. satellite tracking) of ammunition shipments. TRA for Canada shipments takes up to 30 days to gain A&E shipment and route approval. The Crown is responsible to request TRA.

38/44 RDIMS OTT_LSTL # 3407415 3.10.8 The Tpt of UXO recovered from the unpacking of MS must not occur on public roads, highway etc, therefore, the destruction area must be collocated on the Contractor Demil Facility site.

3.10.9 The Contractor must comply with all existing and pertinent regulations for safeguarding and handling A&E, MS, A to P and Ammunition Salvage and controlled goods in performing any task under this contract. For example, depending on the type of ammunition - whether shipping domestically or internationally - the requirement for an escorted shipment or GPS equipped shipment, dangerous goods route clearances, designated border crossing, the NEQ limit allowable at shipping ports, etc. are all variables that impact the movement of A&E and MS.

3.11 Records and Returns

3.11.1 The Contractor must retain all records for a minimum of 6 years or unless otherwise specified.

3.11.2 The Contractor must maintain up to date records showing the date each LOT and/or sub- LOT of A&E was received and Demil of A&E, MS, A to P and Ammunition Salvage by, the type/quantity of components and material recovered, and the method of Demil/disposed of. These records will be subject to audits by the CA and TA and must be retained for a minimum of 6 years commencing from the date when the Demil was completed.

3.11.3 The Contractor must maintain and retain detailed data identifying equipment temperatures that were achieved during processing and the duration of the treatment where thermal treatment is the method of demilitarization used.

3.11.4 The Contractor must maintain and have available detailed maintenance records for all equipment that requires scheduled maintenance by the manufacturer. The record must identify the scheduled maintenance cycle, the date maintenance was performed, what action was taken and the next due date for the scheduled maintenance.

3.11.5 The Contractor must maintain and have available detailed calibration records for all equipment that requires calibration. The record must identify the calibration schedule, the date calibration was performed, the result, and the next due date for calibration.

3.11.6 The Contractor must maintain and have available records of routine inspections of electrical installations.

3.11.7 The Contractor must maintain and have available records of annual inspections of lightning protection systems.

3.12.8 The Contractor must maintain hand and power operated lifting and stacking appliances and have them tested IAW technical manuals, maintenance instructions, other existing manufactures recommendations and orders.

39/44 RDIMS OTT_LSTL # 3407415 3.12 Quality Control and Assurance

3.12.1 All work is subject to Government Quality Assurance performed at the Contractor's or subcontractor's facility, by the Director of Quality Assurance, or it’s designated Quality Assurance Representative (QAR). 3.12.2 The Contractor must comply with the requirements of: ISO 9001:2008 - Quality management systems - Requirements, published by the International Organization for Standardization (ISO), current edition at date of submission of Contractor's bid. 3.12.3 It is not necessary that the Contractor be registered to ISO 9001; however, the Contractor's quality management system must address all requirements appropriate to the scope of the work. Only exclusions in accordance with clause 1.2 of ISO 9001 are acceptable. 3.12.4 The Contractor must certify that all recyclable materials have been inspected and labeled as detailed below prior to their placement/offering into a recycling stream.

3.12.5 The Contractor must have a quality control plan in place to verify the processes and that the final product meets The Crown’s requirements. In accordance with Appendix B9, Attachments B9-1 and B9-2, CDRL # 001 and its associated DID # PM-001

3.13 Certification of Demilitarization and Disposal

3.13.1 Certificate of Demilitarization

3.13.1.1 The "Certificate of Demilitarization" (Appendix B7) must be retained by the Contractor for a minimum of 6 (six) years commencing from the date when the Demil was completed. In addition, signed scan copies in PDF format, must be forward to TA and CA at the following e-mail portal:

3.13.1.1.1 [email protected]

3.13.1.2 Certificates of Demilitarization are to be provided to the CA and TA in accordance with Appendix B9, Attachments B9-1 and B9-2, CDRL # 007 and its associated DID # PM-007.

3.13.2 Certification of Disposal

3.13.2.1 The objective of the A&E, MS, A to P and Ammunition Salvage Full Demil Process is to remove and destroy energetics, disposal of hazardous waste, mutilation and segregation of material for R³ factors. Any and all components and material recovered must be processed and where possible material scrap must be sold at commercial standards only. The material scrap must not be identified by any government tombstone data such as LOT designation, NSN/PCSN, Nomenclature or serial number.

3.13.2.1.1 In the event that the Contractor thinks a selective A&E component, A to P or salvage item should be reused; the

40/44 RDIMS OTT_LSTL # 3407415 Contractor must submit justification for same to the CA for TA approval.

3.13.2.1.2 In the Contractor’s justification any material (excluding mutilated and inert scrap), that the Contractor would consider offering for sale, must be to licensed/permitted buyers, as applicable. The Crown must comply with the original purchase EUC and therefore the Crown must seek prior approval from the original country of origin, (may also require approval from US DoD) and Manufacture in regards to IP:

3.13.2.1.2.1 In that 4th/5th party transfer is approved then The Demil Contractor must initiate a new EUC as a condition of the sale. EUC must consist of a signed statement from the purchaser as follows:

"It is hereby certified that (company Name/Government office) will comply with all applicable federal, provincial/state, and local ordinances and regulations with respect to the care, handling, storage and shipment, resale, export and other use or disposal of material, hereby purchased, and that it as a user of, or dealer in, said materials is capable of complying with all applicable federal provincial/state, and local laws."

3.13.3 Documentation Certificate

3.13.3.1 A to P and Ammo Salvage items are controlled goods articles and therefore must have A&E identification/markings obliterated, where as the A to P is a plastic container then the identification/markings labels must be removed. Labels on plastic containers must not be painted over as doing so will contaminate the plastic recycling stream. All Packing material, boxes, crates and containers must be free from markings that will identify the original use and user. Such items must not be re-used for their original purpose without the prior approval of TA.

3.13.3.2 Other than GSM (para 3.9.1) A to P and Ammo Salvage, all items must be mutilated and converted to material scrap and sold as material scrap. The Crown requires a Certification statement (as suggested) be included on any bill of sale or documents for the disposal of material scrap:

41/44 RDIMS OTT_LSTL # 3407415 "I (Name of qualified individual and qualification printed), certify that the sales or items have been processed to remove all energetic material by treatment and/or demilitarization process and are suitable for reuse as recyclable material (Type, Metal, Plastic etc) Date: ______Signature: ______

3.14. Green Procurement Objectives

3.14.1 As outlined in para 1.6.8 the contractor must demonstrate that its Full Demil is environmentally responsible as specified throughout this SOW. The contractor must leverage the purchasing power of environmental services, thereby reducing the cost for government and strengthening greener markets and industries. The Contractor is to describe how its Full Demil Operation meets the Government Green Procurement requirements for the following:

3.14.1.1 Reducing greenhouse gas emissions and air contaminants;

3.14.1.2 Improving energy and water efficiency;

3.14.1.3 Reducing ozone depleting substances;

3.14.1.4 Reducing waste and supporting R3 regarding recycling;

3.14.1.5 Reducing hazardous waste; and

3.14.1.6 Reducing toxic and hazardous chemicals and substances.

3.14.2 The Contractor must detail how its company promotes and supports a healthier working environment for employees and for citizens in general for an environmental service contract.

3.14.3 The Contractor is to explaining any future developments that will increase the company’s capacity in reducing environmental impacts.

3.15 Other Qualifications

3.15.1 The Employment of all other personnel outside of Defence A&E related activities (para 3.7.1.1) shall be conducted observing all other relevant profession and where applicable, occupational standards and qualification (such as, NRCan, Canadian Safety Association (CSA) Canada Labour Code etc)

3.16 Risk Management

3.16.1 There is a risk that the Full Demil of A&E and MS could result in an accident or incident.

42/44 RDIMS OTT_LSTL # 3407415 3.16.1.1 The Contractor must identify the risk issues involved in its Full Demil capability and provide information regarding how the Contractor intends to mitigate said risks in accordance with Appendix B9, Attachments B9-1 and B9-2, CDRL # 005 and its associated DID # PM-005

3.17 Demil Management Plan

3.17.1 Project Manager

3.17.1.1 The Contractor must provide project management on this Demil and final material scrap disposal contract.

3.17.1.2 The Contractor must coordinate with the Crown and mutually develop Demilitarization Management Plans for A&E, MS and Inert Items (Salvage, Inert, A to P) in accordance with Appendix B9, Attachments B9-1 and B9-2, CDRL’s # 001, 002 and 003 and corresponding DID’s # PM-001, PM-002 and PM-003. A draft Demil plan must be included in the contractor's proposal.

3.17.1.3 A Project Manager must be appointed by the Contractor for this Demil and final material scrap disposal contract. The Project Manager’s span of control and responsibilities must include the authority to manage all aspects of the work and to be able to make decisions on behalf of the company. The Project Manager will be the sole interface with the TA

3.18 Meetings and Visits

3.18.1 Meeting

3.18.1.1 The Contractor must hold a post contract award meeting within fourteen (14) calendar days of the contract award and must prepare minutes for the approval of the TA. The minutes are to written in English, in word format document with font Times New Roman size 12

3.18.1.2 The Contractor must hold quarterly Progress Review Meetings with the TA and the CA and must provide minutes of all meetings within fourteen days of the completion of the meeting to the TA for approval prior to general distribution. The minutes are to written in English, in word format document with font Times New Roman size 12.

3.18.1.3 Meeting location to alternate between the Contractor’s Demil site and The Crown.

3.18.1.4 Additional Progress Review Meetings may be requested by the Contractor, TA or CA and will be held at the discretion of the CA. Minutes of these meetings must be provided in Microsoft Word (MS Word) format, a final version of which must be provided to the TA and CA within fourteen (14) calendar days of the project meeting.

43/44 RDIMS OTT_LSTL # 3407415 3.18.1.5 All meetings must be confirmed 3 months prior in order for The Crown personnel to get travel clearance approval.

3.18.2 Visits

3.18.2.1 Technical visits must be arranged by the Contractor, in consultation with the TA, within one month of the commencement of the contract.

3.18.2.2 During the course of the work being performed, if the Contractor requires the TA to assist or provide guidance (resulting in a physical requirement for the TA’s attendance), then the Contractor must identify the need to the TA, a minimum of eight weeks in advance, allowing the necessary arrangements for the technical visit

4.0 DELIVERABLES

Refer to PWGSC document.

Appendices: 10

Appendix B1 – Applicable Documents RDIMS file 3407437 Appendix B2 - Glossary (Terminology and Definitions) RDIMS file 3407441 Appendix B2 – List of Acronyms RDIMS File 3407444 Appendix B4 – List of A&E for Demil with 26 attachments RDIMS File 3407631 Appendix B5 – The Crown’s Explosive Safety and Security Requirements RDIMS File 3407506 Appendix B6 – DND Stack Emissions RDIMS 3407517 Appendix B7 – Canadian CTAT form DND 2586 “Certificate of Demilitarization” RDIMS File 3407525 Appendix B8 – Government Supplied Material RDIMS File 3407573 Appendix B9 – Contract Data Requirements List (CIDS) RDIMS File 3323834 Appendix B10 – Data Item Description List (DIDS) RDIMS File 3323848

44/44 RDIMS OTT_LSTL # 3407415 Appendix B1 To Annex B, SOW – Demil X-Ref RDIMS 3407415 Dated: 31 December 2013 Applicable Documentation

Note All Website Links are subject to change without notices; DND/CF will not be maintaining the links connection.

References: A. Canada Explosive Act R.S.C. 1985, c. E-17 Website Link: http://laws- lois.justtice.gc.ca

B. Canada Explosives Regulations C.R.., c. 599 Website Link: http://laws- lois.justice.gc.ca/eng/regulations/C.R.C.,_c._599/?showtoc=&instrumentnumber=C.R.C.,_c._59 9

C. Defence Production Act Website Link: http://laws-lois.justice.gc.ca/eng/acts/d-1/

D. DAOD 3013 Surplus Materiel, available on request.

E. DAOD 3013-1 Disposal of Surplus Material, available on request

F. A-LM-007-014/AG-000 Canadian Forces Supply Manual, Website Link http://admmat.mil.ca/dgmssc/dmpp/en/canadian_forces_supply_manual_cfsm_e.asp http://admmat.mil.ca/dgmssc/dmpp/documents/CFSM%20MIMS%20V7%20Applicatiion%2001 %20Jan%2012.pdf

G. DAOD 3002-0, Ammunition and Explosives, 2006-11-10, http://www.admfincs.forces.gc.ca/dao-doa/3000/3002-0-eng.asp

H. Ammunition and Explosive Instruction #11, Ammunition and Explosives at the End of Life Cycle Dated Sept 2011 available on request

I. C-09-153-001/TS-000 Ammunition and Explosive Safety Manual (parts are succeeded by C- 09-005-002/TS-000 for A&E Storage), available on request

J. C-09-005-002/TS-000 Ammunition and Explosive Safety Manual Volume 1, Storage and Operations, available on request

K. D-09-002-010/SG-000 Standard – Assessment of the Safety and Suitability for Service of Ammunition and Explosives, available on request

L. C-74-300-B02/NJ-000 Inspection of Ammunition, available on request

M. C-09-008-001/FP-000 – Destruction of Surplus, Obsolete and Deteriorated Ammunition, available on request.

This document RDIMS File 3407437 Appendix B1 - 1/7 Appendix B1 To Annex B, SOW – Demil X-Ref RDIMS 3407415 Dated: 31 December 2013

N. A&EI 06 - Revision 1 - Removal of Hard Targets from CF Ranges and Training Areas 16 Dec 2008, available on request

O. C-09-008-002/FP-000 Destruction of Dud and Misfired Ammunition on CF Ranges and Training Areas, available on request

P. C-09-008-003/FP-000 Explosive Ordnance Disposal - Disposal of Stray Ammunition, available on request

Q. B-GL-381-001/TS-000 Operational Training Safety, (Controlled Pub, Not Releasable)

R. B-GL-381-003/TS-000 Range Clearance and UXO Activities Manual, available on request.

S. A-GG-040-006/AG-002 “Department of National Defence (DND) Ammunition Accident/Incident/Defect/Malfunction Reports, available on request

T. A&EI 36 – Labels Applicable to certification of Ammunition and Explosives, available on request.

U. C-98-016-001/DD-001 Lightning Protection for Explosives Buildings – Electrical Designs (Controlled Pub, Not Releasable)

V. CSA International Hazardous Locations – Guide for the Design, Testing, Construction and Installation of Equipment in Explosive Atmosphere Website Links: http://www.csagroup.org/de/en/services/hazardous-locations http://www.csagroup.org/cn/en/services/testing-and-certification

W. Canadian Electric Code Regulations, Website Link: http://www.gov.pe.ca/law/regulations/pdf/E&03-1.pdf

X. Canadian Electrical Code Part 1 – Safety Standard for Electrical Installations

Y. Canadian Electrical Code Part 2 – General Requirements

Z. C-98-016-MIS-MJ-002 Maintenance and Testing of Grounding Systems (Controlled Pub, Not Releasable)

AA. Natural Resources Canada Explosives Regulations and the Industry, Website Link http://www.nrcan.gc.ca/minerals-metals/explosives/4316

AB. Controlled Goods Regulations (CGR) Website Link http://laws-lois.justice.gc.ca/eng/regulations/SOR-2001-32/index.html

This document RDIMS File 3407437 Appendix B1 - 2/7 Appendix B1 To Annex B, SOW – Demil X-Ref RDIMS 3407415 Dated: 31 December 2013

AC. Foreign Affairs and International Trade Canada, Export and Import Controls (List) dated 2010, Website Link http://admmat.mil.ca/dgiip/ctat/documents/exportcontrols2007-en.pdf http://laws-lois.justice.gc.ca/eng/regulations/C.R.C.,_c._604/page-1.html#docCont

AD. Controlled Technology Access and Transfer (CTAT), available on request. http://admmat.mil.ca/dgiip/ctat/en/index_e.asp

AE. International Traffic in Arms Regulations (ITAR) (22 CFR Parts 120-130) Website link http://pmddtc.state.gov/regulations_laws/itar.html

AF. United States Munitions List (USML), http://www.pmddtc.state.gov/regulations_laws/documents/official_itar/ITAR_Part_121.pdf

AG. United States Demilitarization Manual (DoD) 4160.21-M-1. Website Link: http://www.dtic.mil/whs/directives/corres/pdf/416028m_vol1.pdf

AH. Intellectual Property (IP) Website Link: http://www.cipo.ic.gc.ca/eic/site/cipointernet- internetopic.nsf/eng/Home

AI. International Intellectual Property Policy Website Link: http://www.ic.gc.ca/eic/site/ippd- dppi.nsf/eng/home

AJ. End User Certificate (EUC) Website Link: http://www.international.gc.ca/controls- controles/about-a_propos/impor/IIC.aspx

AK. Canadian Environmental Protection Act (CEPA) Website Link http://www.ec.gc.ca/default.asp?lang=En&n=FD9B0E51-1

AL. National Pollutant Release Inventory (NPRI) Website Link http://www.ec.gc.ca/lcpe-cepa/default.asp?lang=En&n=0DA2924D-1&wsdoc=4ABEFFC8- 5BEC-B57A-F4BF-11069545E434 http://www.ec.gc.ca/lcpe-cepa/default.asp?lang=En&xml=8D8A7C87-C762-26E2-9AB7- 1B6F15DDB9DC

AM. CANFORGEN 104/11 ADM MAT 001/11 131216Z JUN 11 USE OF CFRIS FOR RECORDING ALL AMMUNITION AND EXPLOSIVE EXPENDITURES, available on request.

AN. Guidelines for Effluent Quality and Wastewater Treatment at Federal Establishments, Environment Canada, 1976” Website Link (http://www.ec.gc.ca/eu-ww/default.asp?lang=En&n=0FB32EFD-1

This document RDIMS File 3407437 Appendix B1 - 3/7 Appendix B1 To Annex B, SOW – Demil X-Ref RDIMS 3407415 Dated: 31 December 2013

AO. Chemical Substances, Website link http://www.chemicalsubstanceschimiques.gc.ca/index-eng.php

AP. Canadian Council of Ministers of Environment: Operating and Emission Guidelines for Municipal Solid Waste Incinerators, Website link http://www.ccme.ca/assets/pdf/pn_1085_e.pdf

AQ. Canadian Council of Ministers of Environment, National Guidelines for Hazardous Waste Incineration Facilities, design and Operating Criteria, Volume 1 March 1992, Website Link http://www.ccme.ca/assets/pdf/pn_1076_e.pdf and volume 2 http://www.ccme.ca/assets/pdf/pn_1078_e.pdf

AR. Ontario Guideline A-1, Combustion, Air Pollution Control and Monitoring Requirements for Biomedical Waste Incinerators in Ontario, 2002. http://www.ene.gov.on.ca/stdprodconsume/groups/lr/@ene/@resources/documents/resource/std0 1_078346.pdf

AS. British Columbia, Combustion of Municipal Solid Waste, Fact Sheet, Air Emissions, 2011, Table 1 http://www.env.gov.bc.ca/epd/industrial/factsheets/pdf/combustion-msw.pdf

AT. DAOD 4003 -0 Environmental Protection and Stewardship dated 2004-07-30, http://www.admfincs.forces.gc.ca/dao-doa/4000/4003-0-eng.asp

AU. The Environmental Protection Agency (US) 40 CFR Part 63: National Emission Standards for Hazardous Air Pollutants (NESHAP): Standards for Hazardous Waste Combustors: Reconsideration; Final Rule http://www.epa.gov/fedrgstr/EPA- AIR/2005/October/Day-12/a18824a.pdf

AV. United Nations Economic Commission for Europe (UNECE) Dangerous Goods; Website link http://www.unece.org/trans/danger/danger.html

AW. Directive 2010/75/EU of the Europe Parliament and of the Council of 24 November 2010 on industrial emissions (integrated pollution prevention and control) (Recast) http://eur-lex.europa.eu/LexUriServ/LexUriServ.do?uri=OJ:L:2010:334:0017:0119:EN:PDF

AX. Registration, Evaluation, Authorization and Restriction of Chemicals (REACH) European Union Regulation website Link: http://ec.europa.eu/environment/chemicals/reach/reach_intro.htm

AY. International Organization for Standardization (ISO) 14001 Environmental Management Systems, Website Link http://www.iso.org/iso/iso_catalogue/management_and_leadership_standards/environmental_ma nagement.htm

This document RDIMS File 3407437 Appendix B1 - 4/7 Appendix B1 To Annex B, SOW – Demil X-Ref RDIMS 3407415 Dated: 31 December 2013

AZ. A-GG-040-004/AG-001 General Safety Program – Hazardous Materials Safety and Management Manual

BB. C-02-040-007/TS-001, General Safety Program, General Safety Precautions, Chapter 7, Static Electricity in Clothing

BC. Canada Labour Code – Health and Safety, Website Link http://admie.ottawa-hull.mil.ca/Dge/EnviroOSH/documents/canada/caeclc/caaclce0.htm and http://laws-lois.justice.gc.ca/eng/acts/L-2/page-2.html

BD. Canadian Transportation of Dangerous Goods Regulations, Website Link http://www.tc.gc.ca/eng/tdg/safety-menu.htm

BE. The United States Code of Federal motor Regulation CFR 49 Transportation Parts 100 to 177, Website Link http://www.gpoaccess.gov/cfr/index.html

BF. The United States Federal Motor Carrier Safety Regulations Parts 395 and397

BG. C-09-005-003/TS-000 Ammunition and Explosive Safety Manual Volume 3 – Transportation, Website Link http://www.access.gpo.gov/cgi-bin/cfrassemble.cgi?title=200349

BH. International Civil Aviation Organization (IATA) and Technical Instructions (ICAO), Website Link http://www.iata.org/Pages/default.aspx http://www.icao.int/Pages/default.aspx

BI. International Maritime Dangerous Goods Regulations (IMDG), Website Link http://www.imo.org/blast/mainframe.asp?topic_id=158

BJ. International Ammunition Technical Guideline (IATG) 08.10 Transportation, available on request.

BK Canadian Food Inspection Agency (this site is for insect and treatment of wood), Website Link http://www.inspection.gc.ca/plants/exports/international- standards/eng/1307387838940/1307388138219

BL. The Government Security Website Link: http://www.tbs-sct.gc.ca/pol/doc- eng.aspx?id=16578

BM. National Defence Security Policy (NDSP) website Link

This document RDIMS File 3407437 Appendix B1 - 5/7 Appendix B1 To Annex B, SOW – Demil X-Ref RDIMS 3407415 Dated: 31 December 2013

BN. DAOD 6003-0 Information Technology Security website Link: http://www.admfincs.forces.gc.ca/dao-doa/6000/6003-0-eng.asp

BO. DAOD 6003-1 Information Technology Security Programme Website Link http://www.admfincs.forces.gc.ca/dao-doa/6000/6003-1-eng.asp

BP. C-98-002-003/MS-003 Description, Installation and Maintenance of Fences

BQ. I. C-98-002-003/MS-003 Description, Installation and Maintenance of Fences

BR. Emergency Response Guidebook

BS. C-09-040-001/TS-000 Fire-Fighting and Withdrawal times And Distances for Conventional Ammunition

BT. C-97-005-001/AM-000 Servicing of portable Ground Fire Fighting Equipment

BU. Realty Asset Management Manual (RAMM) Chapter 10 Fire protection and Emergency Services

BV. A-PD-050-906/PT-001 Occupational Specification for the Civilian Ammunition Technician Occupation

BX. A-GG-040-006/AG-002 DND Ammunition or Explosives Accidents, Incidents, defect and Malfunction Reporting

BY. Financial Administration Act: http://laws-lois.justice.gc.ca/eng/acts/F-11/index.html

BZ. Department of Natural Resources Act: http://laws-lois.justice.gc.ca/eng/acts/N-20.8/

CA. Department of Environment Act: http://laws-lois.justice.gc.ca/eng/acts/E-10/

CB. Federal Sustainable Development Act : http://laws-lois.justice.gc.ca/eng/acts/F- 8.6/index.html

CC. Public Works and Government Services Act: http://laws-lois.justice.gc.ca/eng/acts/P- 38.2/page-1.html

CD. Federal Sustainable Development Strategy: http://www.ec.gc.ca/dd- sd/default.asp?lang=En&n=F93CD795-1

This document RDIMS File 3407437 Appendix B1 - 6/7 Appendix B1 To Annex B, SOW – Demil X-Ref RDIMS 3407415 Dated: 31 December 2013

CE. PWGSC Policy on Green Procurement: http://www.tpsgc-pwgsc.gc.ca/ecologisation- greening/achats-procurement/politique-policy-eng.html

CF. DND/CF Contribution to the Federal Sustainable Development Strategy: http://www.forces.gc.ca/en/about-reports-pubs-report-plan-priorities/2013-other-reports-plans- priorities.page?#sec1_10

This document RDIMS File 3407437 Appendix B1 - 7/7 Appendix B2 To Annex B SOW –Demil X-Ref RDIMS 3407415 Dated: 31 December 2013 Glossary

To facilitate understanding and the interaction of terms in this Demil SOW the following meanings shall apply:

1. The following meanings shall apply:

a Aids to Production: is a term to describe repack materials such as metal, plastic, textile, cardboard or fibreboard, storage and transportation containers, other A&E components and ammunition pallets that are recovered and reused by supporting ammunition facilities in support of operations or A&E manufactures;

b. Ammunition: a device charges with energetics such as, explosives, propellants, pyrotechnic, initiating composition, or nuclear, biological or chemical material, fir use in military operations and includes non-charged or inert replica of such articles;

c. Ammunition Salvage: A&E components' that are recovered from workshop type operations and range practices that have been inspected for the absence of any explosive hazards and are no longer required for use, such as spent cartridge cases, clips, links, bandoleers, magazine chargers, shipping plugs etc;

d. Ammunition and Explosive (A&E) Accident: An ammunition or explosives accident means any undesired event involving the premature or unintended detonation or initiation of an ammunition or explosive that results in personal injury or death, or materiel losses.

e. Ammunition and Explosive (A&E) Incident: An ammunition or explosives incident means any undesired event involving ammunition or explosive that could, but does not, result in personal injury or death, or materiel losses. This includes theft.

NOTE

Ammunition and Explosive Accidents and Incidents shall be reported IAW A-GG-040-006/AG 002 DND Ammunition or Explosives Accident/Incident/Defect/Malfunction Reporting.

f. Breakdown: programmed end of life cycle task by which a fully assembled munition is disassembled isolating and removing specific components to facilitate ease of demilitarization, destruction or disposal;

This Document RDIMS 3407441

Appendix B2- 1/8 Appendix B2 To Annex B SOW –Demil X-Ref RDIMS 3407415 Dated: 31 December 2013 Glossary

To facilitate understanding and the interaction of terms in this Demil SOW the following meanings shall apply:

g. Contracting Authority (CA) is part of Public Works Government Services of Canada (PWGSC) acquisition department that is responsible for the management of the Contract, any changes to the Contract must be authorized in writing by the CA. The Contractor must not perform work in excess of or outside the scope of the Contract based on verbal or written requests or instructions from anybody other than the Contracting Authority.

h. Controlled Goods:

i. Controlled Goods (CG) are defined as technical data, materiel, or equipment specifically designed or modified for strategic or military purpose. (The official definition of CG can be found in DAOD 3003) More specifically, items are controlled goods if they are:

a. listed in the Export Control List (ECL); b. listed in the United States Munitions List (USML); c. specially designed to meet military requirements; d. specially designed or modified for a controlled good; e. controlled technical data (see controlled technical data definition); f. commercially available but modified for military purposes; or g. classified controlled goods.

The majority of items in the Department of National Defence's (DND)/Canadian Armed Forces (CAF) inventory are considered controlled goods, and not everyone may have access to them. It is everyone's responsibility to ensure that controlled goods do not fall into the wrong hands.

The Defence Production Act (DPA) defines an item as a controlled good depending on where it is listed in ECL. The items listed in the following groups of the ECL are controlled goods:

a. ECL Group 2 Munitions List, b. ECL Group 5 Miscellaneous Goods (article 5504), and

This Document RDIMS 3407441

Appendix B2- 2/8 Appendix B2 To Annex B SOW –Demil X-Ref RDIMS 3407415 Dated: 31 December 2013 Glossary

To facilitate understanding and the interaction of terms in this Demil SOW the following meanings shall apply:

c. ECL Group 6 Missile Technology Control Regime List (MTCRL).

ii. Non-Controlled Good: An item is not a controlled good if it is commercially available to the general public and has not been altered for a military purpose. Must be read and understood in conjunction with Demilitarization and Mutilation terms. Regardless of this term, DND/CAF requirement is to have all A&E, MS, A to P and Ammunition Salvage fully demilitarizes to the point that the item/material is no longer recognizable as originally design to a lay person.

i. Controlled Technology Access and Transfer (CTAT) Office:

The CTAT Office Technical Section is responsible for the policy and procedures that govern the Demilitarization Code (DMC) Assignment and Identification, DMC Challenge, DMC Review and Demilitarization Processes.

The CTAT Office Technical Section is the DND central point of contact for communicating with representatives of the Department of Foreign Affairs and International Trade Canada (DFAIT) when determining what items are Controlled Goods in Canada; and the US DoD Demilitarization Code Management Office (DCMO) on matters related to U.S.-origin items

j. Deactivation: The intentional process of rendering a military munition permanently inactive, inoperable or incapable of functioning as intended by the planned removal, replacement or modification of all essential energetic and non- energetic components in such a way that would preclude the munition from being reactivated. The process shall ensure that:

i. Arrangements and methods for deactivation are verified, where appropriate, by the competent authority to ensure that the removal, replacement or modifications made to the essential components of a munition render it permanently inoperable; and,

ii. Verification by the technical authority for the facility conducting the work, to include a certificate or record attesting to the deactivation of the A&E.

This Document RDIMS 3407441

Appendix B2- 3/8 Appendix B2 To Annex B SOW –Demil X-Ref RDIMS 3407415 Dated: 31 December 2013 Glossary

To facilitate understanding and the interaction of terms in this Demil SOW the following meanings shall apply:

k. De-confinement: The release, removal of or access to, internal energetics;

l. Demilitarization: Commonly referred to as “Full Demilitarization” or “Fully Demilitarized” (Full Demil) is the removing or otherwise nullifying the military potential of a munition prior to release into a non-military environment. To be considered as fully demilitarized, the ammunition, explosive and munition scrap must be treated by either an thermal or chemical process ensuring items are free of energetics after which all munition components must be permanently altered/ mutilated to the point the item is no longer useable as designed or intended and non-recognizable to a lay person;

m. Destruction: End of life cycle task or action which encompasses physically affecting a munition in such a way as to cause the energetic material in the item to function explosively or to be destroyed thermally (e.g. OB/OD and functioning);

n. Disassembly:Theprogrammedtaskbywhichafullyassembledmunitionis systematicallyseparatedintocomponentsandsubRcomponentassembliestofacilitate easeofmaintenance,modification,repairordemilitarization;

p. Disposal: The parent process to manage A&E end of life cycle actions for all related materials, that may include demilitarization operations, and encompasses where possible redistributing, transferring, donating, selling, re-cycling or the destruction of A&E;

q. Energetic Material: In the context of demilitarization refers to that explosive material which comprises the munitions energetic filler, initiation system or means of propulsion and releases its military potential when fired or subjected to suitable stimulus. Energetic materials which have been subjected to thermal or chemical stimulus or have released their military potential through firing may leave energetic residue;

r. Energetic Residue: In the context of demilitarization are those explosive residues which may remain in or on an item of ammunition that has released its military potential by firing, de-activation or other stimulus. Residue is most often in solid or powder form, and still requires further approved thermal or chemical treatment in order to render it suitable for release to the public;

This Document RDIMS 3407441

Appendix B2- 4/8 Appendix B2 To Annex B SOW –Demil X-Ref RDIMS 3407415 Dated: 31 December 2013 Glossary

To facilitate understanding and the interaction of terms in this Demil SOW the following meanings shall apply:

s. Explosives: anything that is made, manufactured or used to produce an explosion or a detonation or pyrotechnic effect, and includes anything prescribed to be an explosive by the Explosives Act, but does not include gages, organic peroxides or anything prescribed not to be an explosive by the regulations

t. Flashing: Flashing is the final treatment process that is normally applied to A&E and MS items that, may been thermally treated to remove energetic material or undergone other DAER approved processes. The process involves the application of heat at a predetermined temperature and duration to remove any remaining energetic residues that may not have been consumed through deactivation or other process. Items which have been flashed are considered to be safe for final disposal;

u. Heavy Metals: Loose defined subset of elements that exhibit metallic properties, some chemical properties or toxicity with a specific gravity of 5.0 or greater, such as; arsenic, cadmium, chromium, copper, mercury, manganese, nickel, lead, tin and thallium. These individual metals and metal compounds that in certain amounts could negatively affect human health. Because they cannot be degraded or destroyed they tend to be persistent in all parts of the environment (air, water and soil) and build up in biological systems becoming a significant health hazard;

v. Munition Scrap: All by-products resulting from the functioning of ammunition that are recovered during range clearance or contracted UXO activities. This may include empty shell casing, projectiles, launchers, shrapnel, pieces of fuse and all such objects;

w. Mutilate (Mutilation): the physical or mechanical action taken to deform or otherwise render an item unusable as originally designed. Acceptable mutilation methods are considered to be by crushing, shearing, shredding, cutting into pieces, smelting, extreme heat, cutting torch, denting, drilling holes, etc. The level of mutilation is generally determined by CG and the Demilitarization Code (DMC). The DND/CAF requires that all A&E, MS, A to P and Salvage must be mutilated to the point that items are no longer recognizable to an average lay person; (see Render Unrecognizable). This requirement ensures that A&E items, components and sub assemblies having been properly rendered unrecognizable do not form the basis for an EOD response after being released into the waste stream;

x. National Defence Headquarters // J4 Ammo: In respect to this SOW, the Canadian National Defence Headquarters, Canadian Joint Operations Command (CJOC) Canadian Materiel Support Group (CMSG), J4 Ammo organization, is responsible to provide coordination for transport of the ammunition and liaison with Canadian Forces Ammunition facilities where the ammunition is stored. This Document RDIMS 3407441

Appendix B2- 5/8 Appendix B2 To Annex B SOW –Demil X-Ref RDIMS 3407415 Dated: 31 December 2013 Glossary

To facilitate understanding and the interaction of terms in this Demil SOW the following meanings shall apply:

y. National Defence Headquarters // DND/CACAFF Technical Authority: In respect to this SOW, Director Ammunition Explosives Maintenance and Engineering (DAEME), organization, which Life Cycle Manager (LCMM) office or Disposal, Demil and R³ office are DND/CAF’s munitions Technical Authority (TA).

z. Positive Identification: Positive identification is achieved by the confirmation of a minimum of two data points (permanent in nature) in any configuration such as; documented and confirmed physical features, known and measured physical characteristics/dimensions, permanent markings (stamped, engraved, embossed, cast, etc). Colour coding and or legible markings denoting the nomenclature may be indicators of proper identification. As colour coding and less permanent type markings may fade over time however and/or may have been remarked incorrectly and therefore cannot be explicitly trusted, these shall not be exclusively or in conjunction with each other, be used to make a positive identification of a UXO, item, component or sub-assembly of A&E. For MS items which cannot be positively identified or 100 % verified as being empty are to be perforated in two (2) locations purposely targeting the means of initiation and propulsion or main filling;

aa Public Works Government Services of Canada (PWGSC): is made up of twelve (12) branches that are responsible for providing and managing services to the Government of Canada, Canadians and internally to the department. The branches are:

i. Accounting, Banking and Compensation;

ii. Acquisitions;

iii. Communications;

iv. Corporate Services and Strategic Policy;

v. Department Oversight;

vi. Finance;

vii. Human Resources;

viii. Information Technology Services;

ix. Integrated Services;

This Document RDIMS 3407441

Appendix B2- 6/8 Appendix B2 To Annex B SOW –Demil X-Ref RDIMS 3407415 Dated: 31 December 2013 Glossary

To facilitate understanding and the interaction of terms in this Demil SOW the following meanings shall apply:

x. Legal Services;

xi. Parliamentary Precinct; and Real Property.

In the respect to this SOW, PWGSC Acquisition Branch is providing services as the Contracting Authority (CA) for DND/CAF;

ab Resource Recovery and Recycling (R3): R3 is the intentional recovery of material of value from a demilitarized munition. The R3 process is achieved by thermal, chemical or mechanical methods and the R3 principle is applied through the reclaim, reuse or recycling of waste energy and by-products or through sale of residual scrap materials;

ac Render Unrecognizable: The result of action(s) whereby an A&E item, MS, A to P and Ammunition Salvage, component or assembly is permanently altered to the extent that it is not recognizable as an A&E, MS, A to P or Ammunition Salvage by an average layperson. The extent of alteration is directly dependant on the method of mutilation and final disposition. The resultant alteration must be such that if found, an EOD operator or ammunition practitioner would easily know the item in question does not pose a risk;

ad. Technical Authority: An organization, position or individual who by virtue of delegated authority, purpose, function or specific training and experience is conversant with the applicable standards, policies and regulations and is capable of performing a designated technical function related to the life cycle of A&E;

ae. Thermal Treatment: The controlled process of applying heat at a predetermined temperature for a specified duration to A&E items causing them to function (detonate or deflagrate) consuming the energetic material contained within or, to de-confine and liquefy the energetic material so that it may be collected in bulk and destroyed separate from its container. Thermal treatment may be accomplished by the use of equipment or other method which has been specifically designed to with-stand controlled explosive events. Items that have been thermally treated may additionally undergo further processing in a thermal flashing furnace (see flashing above) to remove the remaining energetic residue which may not have been consumed during thermal treatment;

af. Waste Stream: In the context of A&E these are solid, liquid or gaseous substances which are produced or result directly from the demilitarization of A&E and potentially present a health or environmental hazard. Such wastes require additional and sometimes extensive treatment before they may be considered safe for final disposal or re-use by the public; This Document RDIMS 3407441

Appendix B2- 7/8 Appendix B2 To Annex B SOW –Demil X-Ref RDIMS 3407415 Dated: 31 December 2013 Glossary

To facilitate understanding and the interaction of terms in this Demil SOW the following meanings shall apply:

ag. U.S. International Traffic in Arms Regulations (ITAR): International Traffic in Arms Regulations (ITAR) is a set of United States Government regulations that control the export and import of defence-related articles and services. These regulations implement the provisions of the Arms Export Control Act. For practical purposes, ITAR regulations dictate that information and material pertaining to defence and military related technologies may only be shared with US Persons unless approval from the Department of State is received or a special exemption is used;

This Document RDIMS 3407441

Appendix B2- 8/8 Appendix B3 To Annex B, SOW – Demil X-Ref RDIMS 3407415 Dated:31 December 2013 List of Acronyms DNT 2,4-dinitrotoluene % Percentage °C Degree in Celsius °F Degree in Fahrenheit 5X Term used to indicated the level of munitions scrap process in that the munitions scrap had under gone an treatment process nullifying energetic residue (this term is replaced with MPPEH) @at A to P Aids to Production A&E Ammunition and Explosives A&EI Ammunition and Explosive Instruction AAN Ammonium Nitrate AESP Ammunition and Explosives Safety Program Ammo Tech Ammunition Technician Ammo Ammunition ANFO Explosive mixture of perile (ammonium nitrate and fuel oil) AP Ammonium Perchlorate APE Ammunition Peculiar Equipment As Arsenic ASSB Ammunition Safety and Suitability for Service Board ATO Ammunition Technical Officer BAT Best Available Technique BIP Blow in Place C4 Plastic Explosive (RDX 91%, Polyisobutylene 2.1%, Motor Oil 1.6% and Di-(2-ethylhexy) Sebacate 5.3%) CA Contract Authority Cal Calibre Cart Cartridge CAS Chemical Abstracts Service Number CAT Civilian Ammunition Technician Cd Cadmium CDC Contained Detonation Chamber (sometimes referred as cold detonation chamber) CEPA Canadian Environmental Protection ACT CAF Canadian Armed Forces CCS Chemical Compliance System Incorporated CFB Canadian Forces Base CFAD Canadian Forces Ammunition Depot cfm Cubic foot per minute (US) CFR U.S Code of Federal Regulation CFTO Canadian Forces Technical Orders CG Controlled Goods

This Document RDIMS file 3407444

Appendix B3 - 1/6 Appendix B3 To Annex B, SOW – Demil X-Ref RDIMS 3407415 Dated:31 December 2013 List of Acronyms CGR Controlled Goods Regulations Cil Civilian CJOC Canadian Joint Operations Command cm Centimeter CCME Canadian Council of the Ministers of the Environment CMD Conventional Munition Disposal CMSG Canadian Materiel Support Group CO Carbon Monoxide

CO2 Carbon Dioxide Comp B Composition B (explosive Mixture of TNT and RDX) Cr Chromium CS chemical irritant agent (orthochlorobenzylidene malononitrile in cyclohexanone)` CSA Canadian Standards Association CTAT Controlled Technology Access and Transfer Cu Copper DAEME Directorate Ammunition Explosive Management and Engineering DAER Directorate Ammunition Explosive Regulator DAOD Defence Administrative Orders and Directives DDESB US Department of Defense Explosive Safety Board Demil Demilitarization DLEPM Director General Land Equipment Program Management DMNB High Explosive tangent 2,3-dymethyl-2 , 3-Dinitrobutane DND Department of National Defence DO Defence Ordnance DoD United States Department of Defence DoT United States Department of Transportation DPA Defence Production Act DRE Destruction and Removal Efficiency DRDC Defence Research Department Canada EiA Environmental Assessment EMS Environmental Management System EOD Explosive Ordnance Disposal EPA Environmental Protection Agency ES Exposed Site EU European Union EUC End User Certificate EWI Explosive Waste Incinerator as known as an Rotary Kiln EX Explosives Registration Number FFE Free From Explosives (this term is becoming obsolete) FF Flash Furnace fpm Foot per minute (US)

This Document RDIMS file 3407444

Appendix B3 - 2/6 Appendix B3 To Annex B, SOW – Demil X-Ref RDIMS 3407415 Dated:31 December 2013 List of Acronyms FOC Full Operational Capability Full Demil Full Demilitarization FY Fiscal Year( 1 April to 31 March) g/l Gram per litre g/m³/hr Gram per cubic metre per hr GSM Government Supplied Material GD-OTS General Dynamics Ordnance and Tactical Systems Canada H2O Oxygen HC smoke (aluminum zinc oxide hexachloroethane) HCC Hazard Classification Codes HDC Hot Detonation Chamber (another name for SDC) HCI Hydogen Chloride HE High Explosives HERO Hazards of Electromagnetic Radiation to Ordnance HMX Tetranitrotetrazacylo-Octance HF Hydrogen Fluoride Hg Mercury HPLC High Performance Liquid Chromatography HRA Health Risk Assessment IATA International Air Transport Association IAW In accordance with ICAO International Civil Aviation Organization IMDG International Maritime Dangerous Goods(Code) IP Intellectual Property ISO International Organization for Standardization ITAR International Traffic in Arms Regulations Kg Kilogram lb Pound lbs/hr Pounds per hour LCMM Life Cycle Materiel Managers LE Law Enforcement m metre m² Square metre M1 Type of propellant M28 Type of propellant M8 Type of propellant MACA Months after Contract Award MACS Munitions Analytical Compliance Suite MDAS Material documented as safe (this replaces 5x and FFE) MDEH Material documented as an Explosive Hazard mg Milligram 3 mg/m Milligram per metre cubed This Document RDIMS file 3407444

Appendix B3 - 3/6 Appendix B3 To Annex B, SOW – Demil X-Ref RDIMS 3407415 Dated:31 December 2013 List of Acronyms MHE Material Handling Equipment MIDAS Munitions Items Disposition Action System Mil Military Min Minute mm Millimetre MOSID Military Occupational Structure Identification MPPEH Material potentially Presenting an Explosives Hazard MS Munitions scrap, a by-products recovered from range clearance or during the dis-assembly of ammunition operation MSP Munitions Supply Program NDSP National Defence Security Policy

NO2 Nitrogen Dioxides Ni Nickel NO Nitrogen Monoxide NA not applicable NASA North American Space Agency NATO North American Treaty Organization NC nitrocellulose NDHQ National Defence headquarters NDT Non Destructive Testing NEC Net Explosives Content NEQ Net Quantity Explosives (US uses NEC) NG Nitroglycerin NQ Nitroguandine NPRI National Pollutant Release Inventory Reporting NRCan Natural Resources Canada NSN NATO Stock Number

O2 Oxygen OB Open Burning OD Open Detonation OEM Original Equipment Manufacturer OGT Off Gas Treatment Para Paragraph Pb Lead PBX Plastic Bonded Explosives PCB Polychlorinated biphenyls PCS Pollution Control System PCSN Part Control Stock Number PES Potential Explosion Site PETN Pentaerythritol Tetranitrate pH pH Levels (chemistry measurement) POL Petroleum, Oil and Lubricants This Document RDIMS file 3407444

Appendix B3 - 4/6 Appendix B3 To Annex B, SOW – Demil X-Ref RDIMS 3407415 Dated:31 December 2013 List of Acronyms ppm Part per million ppmv Part per million by volume PSN Part Stock Number (Catalog in Canada Only) PWGSC Public Works Government Service Canada Pyro Pyrotechnic QL Qualification Level QA Quality Assurance QAR Quality Assurance Representative R3 Recover (or Reclaim) Reuse and Recycle RADHAZ Radiation Hazard RCMP Royal Canadian Mounted Police RDX Cyclonite Trinitrotriazacyclohexane REACH Registration, Evaluation, Authorization and Restriction of Chemicals, European Union Regulation Ref Reference RF Radio Frequency RP Red Phosphorus RT Remediation Technologies S³ Safety and Suitability for Service SAA Small Arms Ammunition sc Supercritical scfm Standard cubic foot per minute SCWO Supercritical Water Oxidation SDC Static Detonation Chamber Sgt Sergeant

SO2 Sulphur Dioxide SOP Standing Operating Procedure SOW Statement ofWork STANAG Standardization Agreement Subpara Sub paragraph TA Technical Authority TBD To be determine TDG Transportation of Dangerous Goods TDI Technical Data Information TDP Technical Data Package Ti Thallium TiO2 Titanium dioxide TLV threshold limit value TNT Trinitrotoluene Tpt Transportation Tpt A Transportation Agent TRA Threat Risk Assessment

This Document RDIMS file 3407444

Appendix B3 - 5/6 Appendix B3 To Annex B, SOW – Demil X-Ref RDIMS 3407415 Dated:31 December 2013 List of Acronyms UK MOD Ministry of Defence UN United Nations US United States US DoD Unitized States Department of Defence USML United States Munitions List UXO Unexploded Ordnance VOC Volatile organic compound WO Warrant officer WP White Phosphorous Zn Zinc ºC Temperature in Celsius ºF Temperature in Fahrenheit

This Document RDIMS file 3407444

Appendix B3 - 6/6 Appendix B4 Summary of DND/CF Ammunition and Explosives Totals by Group for Demil To Annex B, SOW - Full Demil (X-Ref SOW Article 3.5.6.2) Dated 31 December 2013

Grouped Munitions Types Totals 31-Dec-13 For Destruction Historical Current Volume Foot Print Annual Foot print Ref Para 3.5.6

Appendix B4 Group Munitions types Qty Pallet Recurring Est Pallet Requirements Remarks Attachment A A SAA up to and including 50 Cal 5,821,418 211.28 258,453 10 1 Onetime items Attachment B B 20mm through 24mm 285,107 10.29 28,511 5 1 Attachment C C 25mm Through 40mm 494 10.88 48 1 1 Attachment D D 40mm Naval Through 104mm 6,635 60.19 37 2 1 Onetime items Attachment E E 105mm Through 155mm (Less 120mm and 155mm HE) 53 2.05 34 0 1 Onetime items Attachment F F 120mm Through 155mm HE 2 0.13 0 0 1 & 2 Attachment G G AC Bombs 0 0.00 0 0 2 Attachment H H Propellant 77,774 244.13 47,063 0 1 Attachment I I CADS & PADS 423,958 84.89 31,766 10 1 Attachment J J Demolition Material 0 3.00 0 1 1 Attachment K K Fuzes, Primers and Tracers 80,826 26.06 112 3 1 Attachment L L Grenades 0 0.00 0 0 1 Attachment M M Rocket Motors 1,634 0.00 0 1 1 (& 2 TBD) Onetime items Attachment N N Missiles and Rockets 3 0.00 0 1 1 & 2 Onetime items Attachment O O All Pyro 242,226 284.18 2,259 30 1 Onetime items Attachment P P Decoy Devices 15,531 6.29 1,315 1 1 Onetime items Attachment Q Q Naval 2,824 3.93 235 1 1 Attachment R R Chemical - WP, RP and CS Irritant 59,576 153.17 116 1 1 Onetime items Attachment S S Mines 0 0.00 0 0 2 Attachment T T Thermal Batteries with igniters 688 0.27 0 0 2 Attachment U U Munitions Scrap (MS) (Range and Dis-assemble) 3,477,290 2,594.84 285,958 191 1 Attachment V V Not Utilized 0 0.00 0 2 Attachment W W Inert Trg (Dummy and Display) 16,249 14.32 29 0 1 Attachment X X Aids to Production - Repack material 19,993 334.49 1,053 30 1 Pending Processed for Plastic cntr's to be mutilated and converted to scrap material Attachment Y Y Spent Brass and Steel Cartridges 9,600 131.31 0 1 Pending Processed for brass casings to be Mutilated and converted to scrap material Attachment Z Z Salvage (links, launch Tubes) 0 0.00 0 1 Total 7,064,591 4176 656,988 288 MS Wt Kg 3,477,290

This document RDIMS File 3407631

Appendix B4 - 1/39 Appendix B4 Summary of DND/CF Ammunition and Explosives Totals by Group for Demil To Annex B, SOW - Full Demil (X-Ref SOW Article 3.5.6.2) Dated 31 December 2013

Grouped Munitions Types Totals 31-Dec-13 Pending Sales Current Total Total Appendix B4 Group Munitions types Qty Wt Ton Mag Remarks Attachment A A SAA up to and including 50 Cal 0 0.0 Attachment B B 20mm through 24mm 0 0.0 Attachment C C 25mm Through 40mm 0 0.0 Attachment D D 40mm Naval Through 104mm 0 0.0 Attachment E E 105mm Through 155mm (Less 120mm and 155mm HE) 0 0.0 3.80 105mm TK Attachment F F 120mm Through 155mm HE 0 0.0 Attachment G G AC Bombs 0 0.0 Attachment H H Propellant 0 0.0 Attachment I I CADS & PADS 0 0.0 Attachment J J Demolition Material 0 0.0 Attachment K K Fuzes, Primers and Tracers 0 0.0 Attachment L L Grenades 0 0.0 Attachment M M Rocket Motors 0 0.0 Attachment N N Missiles and Rockets 0 0.0 Attachment O O All Pyro 0 0.0 Attachment P P Decoy Devices 0 0.0 Attachment Q Q Naval 0 0.0 Attachment R R Chemical - WP, RP and CS Irritant 0 0.0 Attachment S S Mines 0 0.0 Attachment T T Thermal Batteries with igniters 0 0.0 Attachment U U Munitions Scrap (MS) (Range and Dis-assemble) 0 0.0 Attachment V V Not Utilized 0 0.0 Attachment W W Inert Trg (Dummy and Display) 0 0.0 Attachment X X Aids to Production - Repack material 0 0.0 Attachment Y Y Spent Brass and Steel Cartridges 0 0.0 Attachment Z Z Salvage (links, launch Tubes) 119,919 0.0 2.00 Processed scrap (brass, Metal and Plastic's - Pending Disposal Sales through PWGSC (CADC) 0 0 5.80 Kg Wt 119,919

This document RDIMS File 3407631

Appendix B4 - 2/39 Attachment A Group A - SAA up to 50 Cal (12.7mm) to Appendix B4 To Annex B, SOW - Full Demil Dated 31 December 2013

Inventory as of 31-Dec-13

Demil Requirement Est Recurring Onetime Event at 10% of Mandatory inventory less (1) One Time Event HCC NEQ Box Boxes per Qty per Total Wt Wt Total Wt Desired (2) LOG Nomenclature Qty Qty Qty Remarks Ea Qty Pallet Pallets Pallets Box Pallet Kg 1 0010 Ctge 22 CAL Ball LR 33,052 3,305 1 4 S 0.00018 5100 36 183600 0.180 28.00 1,060 1180.429 1 0011 Ctge .22 Blank 151 15 1 4 S 0.00009 2000 36 72000 0.002 11.77 424 12.829 1 0059 Ctge 5.56mm B C77 TRG Pack 272,628 27,263 1 4 S 0.00168 910 72 65520 4.161 14.80 1,095 18420.811 1 0060 Ctge 5.56 mm B C77 OP Pack 245,696 24,570 1 4 S 0.00168 600 72 43200 5.687 11.00 822 22336.000 1 0061 Ctge 5.56mm 4B C77/1T C78 36,773 3,677 1 4 S 0.00170 800 54 43200 0.851 21.00 1,063 1751.095 1 0062 Ctge 5.56mm TR C78 112,481 11,248 1 4 S 0.00196 910 72 65520 1.717 14.80 1,095 7600.068 1 0063 Ctge 5.56mm Blank Clip C79A1 1,368,248 133,649 31,760 onetime item 1 4 S 0.00040 1060 84 89040 15.367 24.00 1,105 57010.333 1 0064 Ctge 5.56mm Blank Link C79A1 58,647 5,865 1 4 S 0.00040 800 72 57600 1.018 29.00 950 2022.310 1 0065 Ctge 5.56mm Ball C77 Link 2,112 211 1 4 S 0.00168 800 54 43200 0.049 16.10 905 131.180 1 0070 Ctge 9mm Ball CDN MK1 52,544 921 43,333 onetime item 1 4 S 0.00047 960 92 88320 0.595 13.50 1,279 3892.148 1 0072 Ctge 9mm HP, 147 gr 75,409 59 74,815 onetime item 1 4 S 0.00033 1000 72 72000 1.047 14.80 1,066 5095.203 1 0073 Ctge 9mm Ball Luger FMJ 115gr 1,269 127 1 4 S 0.00047 1000 72 72000 0.018 16.00 1,187 79.313 1 0080 Ctge 9mm Blank C30 87,857 30 87,557 onetime item 1 4 S 0.00031 2880 36 103680 0.847 25.20 907 3486.389 1 0081 Ctge 9mm FX Red Tray C1 430,083 8,008 350,000 onetime event, shelf- 14S 0.00004 1000 72 72000 5.973 7.80 562 55138.846 1 0082 Ctge 9mm Practice Dye Marking Blue C2 406,696 5,670 350,000 onetime event, shelf- 14S 0.00004 1000 72 72000 5.649 7.80 562 52140.513 1 0083 Ctge 5.56mm FX Clipped Red 9,170 917 shelf-life 14S 0.00004 680 72 48960 0.187 9.60 720 955.208 1 0084 Ctge 5.56mm, FX, White Clipped Ctge 5,425 543 shelf-life 14S 0.00004 680 72 48960 0.111 9.60 720 565.104 1 0085 Ctge 9mm FX White Tray 2,193 219 shelf-life 14S 0.00003 1000 72 72000 0.030 7.80 562 281.154 1 0086 Ctge 5.56mm FX Link Red 683 68 shelf-life 14S 0.00006 800 54 43200 0.016 13.50 747 50.593 1 0087 Ctge 5.56mm FX W Linked 0 0 shelf-life 14S 0.00006 800 54 43200 0.000 13.50 747 0.000 1 0090 Ctge 7.62mm Ball C21A1 60,455 2,046 40,000 onetime item 1 4 S 0.00300 1120 30 33600 1.799 13.30 970 4545.489 1 0091 Ctge 5.57 X 28mm, SS190 0 1 4 S 1120 30 33600 0.000 13.30 970 0.000 1 0100 Ctge 7.62mm 4B1T Link 36,146 3,615 1 4 S 0.00300 220 138 30360 1.191 8.10 1,155 4462.469 1 0102 Ctge 7.62mm, 4 Ball C21/1 Tracer M276, Linked 220 22 1 4 S 220 138 30360 0.007 8.10 1,155 27.160 1 0105 Ctge 7.62mm Ball C21A1 Link 78 8 1 4 S 0.00290 220 138 30360 0.003 8.10 1,155 9.630 1 0110 Ctge 7.62mm TR Clip & Ctge C19 252,072 6,207 190,000 onetime item 1 4 S 0.00333 400 72 28800 8.753 13.30 970 18952.782 1 0120 Ctge 7.62mm Blank C24, CLIP & Ctge 59,851 5,985 1 4 S 0.00086 460 72 33120 1.807 10.90 810 5490.917 1 0130 Ctge 7.62mm Blank C24 Link 79,465 7,947 1 4 S 0.00086 220 138 30360 2.617 6.50 882 12225.385 1 0140 Ctge 7.62 X 39mm Ball 1,514 151 1 4 S 0.00160 1500 54 81000 0.019 34.00 1,836 44.529 1 0141 Ctge 7.62X54Rmm Ball (SOV) 217 22 1 4 S 0.00320 880 27 23760 0.009 26.00 702 8.346 1 0142 Ctge 7.62X54Rmm Link (SOV) 0 1 4 S 0.00315 500 54 27000 0.000 20.40 1,102 0.000 1 0143 Ctge 9X18mm Ball (SOVIET) 0 1 4 S 0.00039 1000 72 72000 0.000 11.00 792 0.000 1 0144 Ctge 5.45X18mm Ball (SOV) 0 1 4 S 0.00168 1512 54 81648 0.000 10.00 540 0.000 1 0145 Ctge 5.45X39mm Ball (SOV) 0 1 4 S 0.00168 1000 72 72000 0.000 12.00 864 0.000 1 0146 Ctge 8mm Mauser Ball 0 1 4 S 0.00168 200 129 25800 0.000 13.30 1,716 0.000 1 0150 Ctge .308in Match Ball 1,016 102 1 4 S 0.00287 200 129 25800 0.039 13.30 1,716 76.391 1 0151 Ctge 7.62mm 155GR L42A1 (Cadet) 0 1 4 S 0.00343 400 112 44800 0.000 11.00 1,232 0.000 1 0153 Ctge .338in Match C166, Mod B408, 16.2 GR (8.59mm) 160 16 1 4 S 0.00600 200 51 10200 0.016 11.70 660 13.675 1 0162 Ctge 12G #00 Buck (Non-Lead) 5,219 322 2,000 onetime item 1 4 S 0.00310 250 100 25000 0.209 14.97 1,497 348.631 1 0163 Ctge 12G Rifle Slug (Lead) 87 9 1 4 S 0.00240 250 100 25000 0.003 14.97 1,497 5.812 1 0164 Ctge 12G No 00 buckshot 19,840 907 10,771 onetime item, lead 1 4 S 0.00220 250 100 25000 0.794 14.97 1,497 1325.317 1 0166 Ctge 12G # 6 (Non-Lead) 20,035 -387 23,900 onetime item, lead 1 4 S 0.00220 250 100 25000 0.801 14.97 1,497 1338.343 1 0167 Ctge 12 Gauge No 71/2 shot 500 0 500 onetime item, lead 1 4 S 0.00220 250 100 25000 0.020 14.97 1,497 33.400 1 0169 Ctge 12G # 7 (Non-lead) 2,268 227 1 4 S 0.00120 250 100 25000 0.091 14.97 1,497 151.503 1 0170 Ctge 12G Bird Dispersing 150 15 1 4 S 0.00140 250 100 25000 0.006 14.97 1,497 10.020 1 0172 Ctge .303 Soft Point 1,462 146 1 4 S 0.00280 400 72 28800 0.051 13.30 990 109.925 1 0173 Ctge .30.06 Ball S&R 364 36 Amnesty 1 4 S 0.00300 200 72 14400 0.025 6.00 432 60.667 This document RDIMS 3407631

Attachment A - 3/39 Attachment A Group A - SAA up to 50 Cal (12.7mm) to Appendix B4 To Annex B, SOW - Full Demil Dated 31 December 2013

Inventory as of 31-Dec-13

Demil Requirement Est Recurring Onetime Event at 10% of Mandatory inventory less (1) One Time Event HCC NEQ Box Boxes per Qty per Total Wt Wt Total Wt Desired (2) LOG Nomenclature Qty Qty Qty Remarks Ea Qty Pallet Pallets Pallets Box Pallet Kg 1 0210 Ctge .303 Ball MK 8Z 1,988 199 1 4 S 0.00280 400 72 28800 0.069 13.30 1,005 149.474 1 0211 Ctge .303 Blank (Cadet) 3,215 322 1 4 S 0.00168 200 72 14400 0.223 3.50 1,005 918.571 1 0218 Ctge 12.7mm Ball Match Sniper Elite 16,710 671 10,000 onetime item 1 4 C 0.01460 120 96 11520 1.451 16.60 1,620 1006.627 1 0220 Ctge 12.7mm 4B/1TR ( C162/ C163) 1,723 172 1 4 C 0.01700 200 27 5400 0.319 34.50 970 49.942 1 0221 Ctge 12.7mm C163 Tracer Link 11,488 1,149 1 4 C 0.01474 200 27 5400 2.127 33.91 938 338.779 1 0222 Ctge 12.7mm C162 Ball Linked 900 40 500 onetime item 1 4 C 0.01400 100 72 7200 0.125 33.91 938 26.541 1 0240 Ctge .50 CAL AP/T C44 17,473 463 12,840 onetime item 1 4 C 0.01650 200 27 5400 3.236 38.10 1,049 458.609 1 0250 Ctge .50 CAL Blank C48 Link 98,599 273 95,870 onetime item 1 4 C 0.01700 200 36 7200 13.694 24.04 907 4101.456 1 0415 Ctge 7.62mm TR FFV 553 61 6 1 4 S 0.00177 1280 20 25600 0.002 35.00 730 1.743 0 System Obsolete, 0420 1 Ctge 6.5mm Practice w/tracer L10A1 700,280 700,280 onetime item 1 4 S 0.00091 1000 39 39000 17.956 26.67 955 26257.218 0 System Obsolete, 0430 1 Ctge 6.5mm Practice w/o tracer (ball) 960,617 960,617 onetime item 1 4 S 0.00091 1000 39 39000 24.631 18.14 871 52955.733 1 1981 Ctge 20mm Electric 70 GR 0 0 System Obsolete 1 4 S 0.00650 100 48 4800 0.000 8.10 457 0.000 1 1982 Ctge 20mm Electric 75 GR 0 0 System Obsolete 1 4 S 0.00690 100 48 4800 0.000 457 1 1983 Ctge 20mm Electric 80 GR 0 0 System Obsolete 1 4 S 0.00720 100 48 4800 0.000 11.90 516 0.000 1 1984 Ctge 20mm Electric 85 GR 0 0 System Obsolete 1 4 S 0.00750 100 48 4800 0.000 12.00 516 0.000 1 1985 Ctge 20mm Special (AVON) 583 0 583 System Obsolete 1 4 S 0.00453 201 36 7236 0.081 25.60 516 22.773 1 1986 Ctge 20mm RC Blank 30 GR 240 0 240 System Obsolete 1 4 S 0.00390 100 48 4800 0.050 7.50 516 32.000 1 1987 Ctge 20mm RC AVON - Type Round 147 0 147 System Obsolete X 160 36 5760 0.026 10.00 516 14.700 1 1988 Ctge 20mm RC Blank 50 GR 203 0 203 System Obsolete 1 4 S 0.00520 100 48 4800 0.042 7.60 516 26.711 1 1989 Ctge 20mm RC Blank 60 GR 519 0 519 System Obsolete 1 4 S 0.00590 100 48 4800 0.108 7.70 516 67.403 0 System Obsolete, 1 1990 Ctge 20mm RC Blank 70 GR 209 209 onetime item 1 4 S 0.00650 100 48 4800 0.044 7.80 516 26.795 1 1991 Ctge, Injector (EOD) Needle 0 1 4 C 0.00060 90 36 3240 0.000 3.60 516 0.000 1 1992 Ctge Injector Kit EOD L46A1 (Pigstick) 2 0 System Obsolete 1 4 C 0.00800 20 36 720 0.003 3.60 516 0.556 1 1993 Ctge Injector Kit EOD L47A1 4 0 1 4 C 0.02000 20 36 720 0.006 3.60 516 1.111 1 1994 Ctge EOD Kit ABL3000 10 -39 400 onetime item 1 4 C 0.02600 7 36 252 0.040 3.60 516 2.778 1 3560 Ctge Line Throwing 44 magnum 39 4 1 4 S 0.00150 600 36 21600 0.002 8.00 288 4.875 1 3561 Ctge 5.56mm Line Throwing C164 54 5 1 4 S 0.00100 1060 36 38160 0.001 10.00 360 5.400 1 3610 Ctge Ignition .410 805 81 1 4 S 0.00106 36 36 1296 0.621 0.18 6 4472.222 1 4041 Ctge Impulse .50 CAL 2 0 1 4 C 0.01100 12 182 2184 0.001 3.63 661 0.551 1 4300 Ctge .50 Cal Blank C67 0 1 4 C 0.00518 192 27 5184 0.000 20.41 551.07 0.000 1 4340 Ctge, LMDE N12 MK1 (Service) 0 1 34 C 0.00518 20 20 400 0.00 22.9 10 0.00 1 4341 Ctge, Limpet Mine Disposal N2 Mk1 (Practice) 1133 113 1 4 C 0.00518 120 12 1440 0.00 22.9 10 49.48 1 6223 Ctge Powder Actuated 22 Cal Red Wad 561 56 1 4 S 0.00018 100 96 9600 0.058 10.43 1001.28 53.787 1 6293 Ctge Powder Actuated 22 Cal Grey Wad 429 43 1 4 S 0.00018 100 96 9600 0.045 10.43 1001.28 41.131 1 6295 Ctge Powder Actuated .27 Cal Green Wad 367 37 1 4 S 0.00022 100 96 9600 0.038 10.43 1001.28 35.187 1 6296 Ctge Powder Actuated .27 Cal Yellow Wad 100 10 1 4 S 0.00022 100 96 9600 0.010 10.43 1001.28 9.588 1 6401 Ctge Powder Actuated .22 Cal Brown Wad 59 6 1 4 S 0.00018 100 96 9600 0.006 10.43 1001.28 5.657 1 6402 Ctge Powder Actuated .22 Cal Green Wad 746 75 1 4 S 0.00018 100 96 9600 0.078 10.43 1001.28 71.524 1 7000 Ctge 5.56mm C83 High Pressure Test 0 1 4 S 0.00198 1920 36 69120 0.000 20.5 738 0.000 1 0001 Ctge .50 inch Electric EOD Propelling L1A1 1,248 0 1,248 onetime item 1 4 C 0.01055 220 27 5940 0.210 33.41 902.07 37.354 1 0001 Ctge 12 Gauge bean bag 0 1 4 S 0.00026 425 12 5100 0.000 24.10 289.14 0.000 1 0001 Ctge 12 Gauge No 2 Shot 0 1 4 S 0.00220 250 100 25000 0.000 11.60 1160 0.000 1 0001 Ctge 12 Gauge No 9 Shot Lead0 72,197 6 72,142 onetime item 1 4 S 0.00220 250 100 25000 2.888 11.60 1160 6223.879 1 0001 Ctge 12 Gauge No.8 shot 3,614 0 3,614 onetime item 1 4 S 0.00220 250 100 25000 0.145 11.60 1160 311.552 This document1 0001 RDIMS Ctge 12 Gauge3407631 No7 1/2 shot 0 1 4 S 0.00220 250 100 25000 0.000 11.60 1160 0.000

Attachment A - 4/39 Attachment A Group A - SAA up to 50 Cal (12.7mm) to Appendix B4 To Annex B, SOW - Full Demil Dated 31 December 2013

Inventory as of 31-Dec-13

Demil Requirement Est Recurring Onetime Event at 10% of Mandatory inventory less (1) One Time Event HCC NEQ Box Boxes per Qty per Total Wt Wt Total Wt Desired (2) LOG Nomenclature Qty Qty Qty Remarks Ea Qty Pallet Pallets Pallets Box Pallet Kg 1 0001 Ctge 12 gauge Red meteor Flare 0 1 4 S 0.00220 12 96 1152 0.000 2.00 192 0.000 1 0001 Ctge 12 Gauge Rubber Fin Stabilized 0 1 4 S 0.00026 500 12 6000 0.000 11.79 141.48 0.000 1 0001 Ctge 12 Gauge VARIOUS 242 24 1 4 S 0.00220 250 100 25000 0.010 11.60 1160 20.862 1 0001 Ctge 16 Gauge VARIOUS 5 1 1 4 S 0.00220 230 100 23000 0.000 14.00 1400 0.357 1 0001 Ctge 22 Cal Ball 166 17 Amnesty 1 4 S 0.00018 1200 54 64800 0.003 14.00 756 11.857 1 0001 Ctge 25 Cal Ball 0 1 4 S 0.00019 369 54 19926 0.000 14.00 756 0.000 1 0001 Ctge 270 cal Ball 0 1 4 S 0.00300 264 36 9504 0.000 8.00 288 0.000 1 0001 Ctge 30 cal Ball 0 1 4 S 0.00040 1820 36 65520 0.000 15.00 540 0.000 1 0001 Ctge 30 cal Ball Rimmed 0 1 4 S 0.00280 275 36 9900 0.000 18.00 648 0.000 1 0001 Ctge 303 Ball 888 89 Amnesty 1 4 S 0.00028 400 27 10800 0.082 37.40 1009.8 23.743 1 0001 Ctge 308 Soft Point 0 1 4 S 0.00018 1248 26 32448 0.000 8.00 208 0.000 1 0001 Ctge 32 Cal Ball 0 1 4 S 0.00027 898 36 32328 0.000 7.00 252 0.000 1 0001 Ctge 32 cal Blank 23 2 Amnesty 1 4 S 0.00027 50 72 3600 0.006 7.00 504 3.286 1 0001 Ctge 357 cal Magnum Ball 0 1 4 S 0.00300 194 36 6984 0.000 2.00 72 0.000 1 0001 Ctge 38 cal 21 2 Amnesty 1 4 S 0.00023 500 36 18000 0.001 41.73 1502.28 0.503 1 0001 Ctge 38 special ball 2,038 0 2,038 onetime item 1 4 S 0.00027 2000 24 48000 0.042 31.30 751.2 65.112 1 0001 Ctge 38 special ball hollow point 1 0 1 4 S 0.00023 2000 24 48000 0.000 31.30 751.2 0.032 1 0001 Ctge 38 Special super match Lead wad cutter 1,690 0 1,690 onetime item 1 4 S 0.00019 500 36 18000 0.094 31.30 1126.8 53.994 1 0001 Ctge 380 Cal Ball 0 1 4 S 0.00027 190 36 6840 0.000 2.00 72 0.000 1 0001 Ctge 40 Cal Ball 0 1 4 S 0.00030 318 26 8268 0.000 8.00 208 0.000 1 0001 Ctge 44 Cal Magnum Remington FEDPrem Hydra Shock 2,038 4 2,000 onetime item 1 4 S 0.00140 500 36 18000 0.113 12.00 432 169.833 1 0001 Ctge 44 Cal Pistol 0 1 4 S 0.00018 151 27 4077 0.000 4.00 108 0.000 1 0001 Ctge 45 cal Pistol 538 54 1 4 S 0.04530 538 27 14526 0.037 14.00 378 38.429 1 0001 Ctge 45 Cal Rimmed 0 1 4 S 0.00030 100 100 10000 0.000 14.00 1400 0.000 1 0001 Ctge 5.56mm (SOF) 0 1 4 S 0.00168 910 72 65520 0.000 14.80 1065.6 0.000 1 0001 Ctge 5.56mm Ball SS109 0 1 4 S 0.00186 2340 36 84240 0.000 14.00 504 0.000 1 0001 Ctge 5.56mm tracer C78 Linked 43 4 1 4 S 0.00186 200 54 10800 0.004 14.00 756 3.071 1 0001 Ctge 5.56mm XC77A1 IP Clipped 0 1 4 S 0.00186 910 72 65520 0.000 14.80 1065.6 0.000 1 0001 Ctge 50 Cal API Mk 211 Mod 0 0 1 4 C 0.01787 11 27 297 0.000 11.79 318.33 0.000 1 0001 Ctge 50 cal API-T 0 1 4 C 0.01963 50 27 1350 0.000 15.00 405 0.000 1 0001 Ctge 50 Cal Ball 0 1 4 C 0.01594 240 27 6480 0.000 14.00 378 0.000 1 0001 Ctge 50 Cal Ball M2 1,511 151 1 4 C 0.01594 240 27 6480 0.233 36.00 972 41.972 0001 Ctge 50 Cal Ball M2 Linked 30,349 35 30,000 onetime item 1 4 C 0.01400 200 27 5400 5.620 36.00 972 843.028 1 0001 Ctge 50 Cal Blank 0 1 4 C 0.01400 200 54 10800 0.000 14.00 756 0.000 1 0001 Ctge 50 cal incendiary 0 1 4 C 0.01787 240 27 6480 0.000 14.00 378 0.000 1 0001 Ctge 50 cal Spotter Tracer M48A1 28,161 0 28,161 onetime item 1 4 C 0.01594 220 27 5940 4.741 33.41 902.07 842.891 1 0001 Ctge 7.62mm AP 0 1 4 S 0.00300 920 27 24840 0.000 11.60 313.2 0.000 1 0001 Ctge 7.62mm Ball C21 0 1 4 S 0.00300 1000 36 36000 0.000 30.50 1098 0.000 1 0001 Ctge 7.62mm Ball High Pressure test c85 0 1 4 S 0.00300 920 27 24840 0.000 31.75 857.25 0.000 1 0001 Ctge 7.62mm tracer C19 Linked 6,160 616 1 4 S 0.01400 220 72 15840 0.389 11.60 835.2 531.034 1 0001 Ctge 7.62mm tracer C78 Linked 0 1 4 S 0.01400 220 72 15840 0.000 11.60 835.2 0.000 1 0001 Ctge 7mm Ball 0 1 4 S 0.00275 67 36 2412 0.000 67.00 2412 0.000 1 0001 Ctge 8mm Mauser Ball 0 1 4 S 0.00018 189 35 6615 0.000 5.00 175 0.000 1 0001 Ctge 9mm Luger 0 1 4 S 0.00039 50 54 2700 0.000 13.50 729 0.000 1 0001 Ctge and stud assembly #5 0 1 4 S 0.00900 100 96 9600 0.000 36 3456 0.000 1 0001 Ctge Blank, Various 14 0 14 onetime item 1 4 S 0.01710 20 72 1440 0.010 20.00 1440 0.700

This document RDIMS 3407631

Attachment A - 5/39 Attachment A Group A - SAA up to 50 Cal (12.7mm) to Appendix B4 To Annex B, SOW - Full Demil Dated 31 December 2013

Inventory as of 31-Dec-13

Demil Requirement Est Recurring Onetime Event at 10% of Mandatory inventory less (1) One Time Event HCC NEQ Box Boxes per Qty per Total Wt Wt Total Wt Desired (2) LOG Nomenclature Qty Qty Qty Remarks Ea Qty Pallet Pallets Pallets Box Pallet Kg 1 0001 Ctge Disrupter EOD Neutrex Mk II 20mm 0 1 4 C 0.00600 100 48 4800 0.000 12 576 0.000 1 0001 Ctge Impulse Aquaset Gel, Single use Disrupter 0 1 4 S 0.00080 100 48 4800 0.000 12 576 0.000 1 0001 Ctge Powder Actuated 22 cal Brown 0 1 4 S 0.00001 100 100 10000 0.000 30.00 3000 0.000 1 0001 Ctge Powder Actuated 22 Cal Green Wad 0 1 4 S 0.00001 100 100 10000 0.000 30.00 3000 0.000 1 0001 Ctge Powder Actuated 25 Cal Yellow 0 1 4 S 0.00001 10 200 2000 0.000 30.00 6000 0.000 1 0001 Ctge Powder Actuated Hilti Purple Wad 0 1 4 S 0.00001 2000 100 200000 0.000 30.00 3000 0.000 1 0001 Ctge Powder Actuated Hilti Red Wad 0 1 4 S 0.00001 10 200 2000 0.000 30.00 6000 0.000 1 0001 Ctge Powder Actuated Plastic Blue 0 1 4 S 0.00080 25 150 3750 0.000 30 4500 0.000 1 0001 Ctge Powder Actuated Plastic Red 0 1 4 S 0.00080 25 150 3750 0.000 30.00 4500 0.000 1 0001 Ctge Powder Actuated Tool Plastic White 0 1 4 S 0.00001 1000 100 100000 0.000 30 3000 0.000 1 0001 Ctge Shotgun, Various 32 3 Amnesty 1 4 S 0.00220 230 100 23000 0.001 14.00 1400 2.286 1 0001 Schermuly Pistol Line Throwing 0 1 4 S 0.75000 1 0001 Small Arms Ammo Blank 5.56mm and 7.62mm 8,564 0 8,564 onetime item 1 4 S 0.01710 1000 96 96000 0.089 20.00 1920 428.200 1 0001 Small Arms Ammo Pending Disposal (various) 71,813 0 71,813 onetime item 1 4 S 0.01710 20 72 1440 49.870 20.00 1440 3590.650 1 0001 Various Small Arms (5.56mm/7.62mm) 28,560 0 28,560 onetime item 1 4 S 0.01710 20 72 1440 19.833 20.00 1440 1428.000 Total 5,821,418 258,453 3,236,888 Total Pal Qty211.284 Total Wt KG 387,271.4594

This document RDIMS 3407631

Attachment A - 6/39 Attachment B Group B - 20mm Through 24mm to Appendix B4 To Annex B, SOW - Full Demil Dated 31 December 2013

Inventory as of 31-Dec-13

Demil Requirement Est Recurring Onetime Event at 10% of Mandatory inventory less One (1) Time Event HCC NEQ Box Boxes per Qty per Total Wt Wt Total Wt Desired (2) LOG Nomenclature Qty Qty Qty Remarks Ea Qty Pallet Pallets Pallets Box Pallet Kg 1 3214 Ctge 20mm Mk 244 Mod 0 205 21 1 4 C 0.05443 100 24 2400 0.009 47.62 1,060 0.430 1 3215 Ctge 20mm DS Mk 149 mod 4 linked (tungsten) 89,126 8,913 1 4 C 0.04360 100 24 2400 3.714 39.00 936 228.528 1 3216 Ctge 20mm Linked TP M55A2 200 20 1 4 C 0.03900 100 12 1200 0.017 39.40 1,095 0.508 1 5015 Ctge 20mm TP M55A2 711 71 effected by flights (40) 1 4 C 0.03960 100 12 1200 0.059 39.40 822 1.805 1 5016 Ctge 20mm TPLD,C144 41,416 4,142 effected by flights (40) 1 4 C 0.03800 250 12 3000 1.381 75.00 1,063 55.221 1 5021 Ctge 20mm Target Practice Trainer PGU 30A/B 2,500 250 effected by flights (40) 1 4 C 0.03570 250 12 3000 0.083 75.00 1,095 3.333 1 5034 Ctge 20mm TP-T, XM220 0 effected by flights (40) 1 22 G 0.03910 250 12 3000 0.000 75.00 1,105 0.000 1 5060 Ctge 20mm Linked MP M70 147,449 14,745 effected by flights (40) 1 22 G 0.04500 250 12 3000 4.915 75.00 950 196.599 1 5061 Ctge 20mm MPLD M70 3,500 350 effected by flights (40) 1 22 G 0.04500 250 12 3000 0.117 75.00 905 4.667 Total 285,107 28,511 Total Pal Qty 10.294Total Wt KG 491.091

This document RDIMS 3407631

Attachment B - 7/39 Attachment C Group C - 25mm Through 40mm to Appendix B4 To Annex B, SOW - Full Demil Dated: 31 December 2013

Inventory as of 31-Dec-13

Demil Requirement Est Recurring Onetime Event at 10% of Mandatory inventory less One (1) Time Event HCC NEQ Box Boxes per Qty per Total Wt Wt Total Wt Desired (2) LOG Nomenclature Qty Qty Qty Remarks Ea Qty Pallet Pallets Pallets Box Pallet Kg 1 0271 Ctge 25mm APFSDS-T C137 3 0 1 34 C 0.10800 30 42 1260 0.002 23.00 1,060 0.055 1 0272 Ctge 25mm FAPDS-T C138/A1 1 0 1 34 C 0.10800 30 42 1260 0.001 23.00 966 0.018 1 0273 Ctge 25mm TPDS-T C131 366 37 1 22 C 0.10190 30 42 1260 0.290 24.90 1,095 7.233 1 0303 Ctge 25mm HEI-T (C142) 41 4 1 22 E 0.12300 30 27 810 0.051 24.70 667 1.250 1 0304 Ctge 25mm TP-T (C143) 60 6 1 34 C 0.12500 30 42 1260 0.048 24.70 1,037 1.176 1 0309 Ctge 40mm HE with SD C149 0 1 22 E 0.02720 36 45 1620 0.000 19.10 860 0.000 1 0310 Ctge 40mm HE-DP M433 w/fuze M550 F/grenade Launcher 0 1 1 E 0.04750 36 45 1620 0.000 25.00 1,125 0.000 1 0383 Ctge 40mm x 53 HV Practice C174 w/Impact Signature 1 0 1 0554 Ctge 35mm HEI PMD 048-1 0 0 1 22 E 0.42000 18 24 432 0.000 39.00 936 0.000 1 0555 Ctge 35mm TP-T c122 0 0 1 22 C 0.35400 18 25 450 0.000 40.00 1,000 0.000 1 0556 Ctge 35mm Breakup c123 0 1 22 C 0.30500 18 24 432 0.000 39.00 936 0.000 1 3001 Ctge 40mm HE-T L60 Clipped 0 1 22 E 0.40500 16 12 192 0.000 50 600 0.000 1 3002 Ctge 40mm (BL&P) L60 12 1 1 22 C 0.35300 16 12 192 0.063 50 600 3.125 1 0001 Ctge 40mm Exact Impact Sponge 10 0 10 1 4 S 0.00015 50 24 1200 10.430 10.43 250 0.087 1 0001 Ctge 40mm Shot (SOF) 0 0 1 4 C 0.02720 50 24 1200 0.000 10.43 250 0.000 Total 494 48 10 Total Pal Qty10.884 Total Wt KG 12.944

This Document RDIMS File 3407631

Attachment C - 8/39 Attachment D Group D - 41mm Through 104mm to Appendix B4 To Annex B, SOW - Full Demil Dated 31 December 2013

Inventory as of 31-Dec-13

Demil Requirement Est Recurring Onetime Event at 10% of Mandatory inventory less (1) One Time Event HCC NEQ Box Boxes per Qty per Total Wt Wt Total Wt Desired (2) LOG Nomenclature Qty Qty Qty Remarks Ea Qty Pallet Pallets Pallets Box Pallet Kg 1 0280 Ctge 60mm HE 4 2 1 21 E 0.35100 4 60 240 0.017 10.80 1,060 0.370 1 0300 Ctge 60mm Illum 8 2 1 22 G 0.04300 4 60 240 0.033 10.80 648 0.741 1 0319 Ctge 81mm -Bedding 1 22 C 0.12100 3 64 192 0.000 17.00 1,095 0.000 1 0320 Ctge 81mm HE C70A2 W/PD Fuze 2 1 21 E 0.97200 3 64 192 0.000 15.70 822 0.000 1 0340 Ctge 81mm Illum 6 2 1 21 G 0.12700 3 54 162 0.037 27.50 1,063 0.218 1 0350 Ctge 81mm IR Illum M816 w/Fuze MTSQ M772 1 22 G 0.43800 3 21 63 0.000 24.00 1,095 0.000 1 0400 Ctge 84mm HEAT FFV551 1 2 1 1 E 1.18800 2 42 84 0.012 34.00 1,105 0.029 1 0401 Ctge 84mm HEDP FFV 502 1 1 E 0.94000 2 42 84 0.000 9.00 950 0.000 1 0402 Ctge 84mm FFV751 2 1 1 E 1.50000 6 9 54 0.037 52.00 905 0.038 1 0403 Ctge 84mm, HE, 441 1 1 1 E 0.73500 6 9 54 0.019 52.00 522 0.019 1 0404 Ctge 84mm, Illum, 545 1 21 G 1.12000 6 9 54 0.000 35.00 540 0.000 1 0406 Ctge 84mm, ADM 2 1 22 C 6 9 54 0.000 49.00 0.000 1 0410 Ctge 84mm TP/T FFV 552 4 2 1 21 C 0.37200 2 42 84 0.048 22.90 390 0.175 1 0970 Ctge 76mm HESH L29A5 1 21 E 1.70000 4 24 96 0.000 49.50 1229 0.000 Obsolete, one time disposal 1 0980 Ctge 76mm SH-T Practice L40A1 0 5,583 DT 2014 (primers to be recovered) 1 22 C 0.69000 4 24 96 0.000 47.97 1151.28 0.000 1 0990 Ctge 76mm Smoke BE L32A5 1 21 G 0.29590 4 24 96 0.000 60.10 1442.4 0.000 1 1020 Ctge 76mm Blank L2A1 2 1 1 C 0.80000 12 30 360 0.000 34.50 1035 0.000 1 3122 Ctge 76 mm HE PFF Type 291 2 1 1 E 3.00000 1 42 42 0.000 16.30 684.6 0.000 1 3124 Ctge 76 mm HE Type 251 Fuzed M557 or Mk 407 Mod 1 1 2 1 1 E 0.66000 1 42 42 0.024 16.30 684.6 0.061 1 3125 Ctge 76 mm/62 TP-S (NFVT) 4 2 1 21 E 2.41500 1 42 42 0.095 16.30 684.6 0.245 1 3126 Ctge 76mm/62 TP-T 2 2 1 22 C 2.37000 1 42 42 0.048 16.30 684.6 0.123 1 3128 Ctge 76mm/62 Clearing DM11 1 1 33 C 2.02000 0 0 1 3129 Ctge 76mm/62 TRAP 2 1 22 C 2.37000 1 48 48 0.000 15.00 720 0.000 1 3160 Ctge 57mm PFHE C101 1 2 1 1 E 0.38700 2 30 60 0.017 18.20 546 0.055 1 3165 Ctge 57mm HCER 2 1 1 E 0.40000 2 30 60 0.000 19.00 570 0.000 1 3170 Ctge 57mm BLP 6 2 1 22 C 1.20000 2 30 60 0.100 18.20 546 0.330 1 3175 Ctge 57mm Non-Frag W/Fuze 2 1 22 E 1.21000 2 30 60 0.000 18.00 540 0.000 1 3179 Ctge 57mm TRAP 2 1 22 C 1.20000 2 30 60 0.000 19.00 570 0.000 Obsolete, one time disposal 1 5190 Warhead 2.75" Rocket HE Mk Mod 1 0 Potentially by DND 2014 1 1 D 0.63504 10 20 200 0.000 40.14 802.8 0.000 Pending Sale Obsolete, one 1 5191 Warhead 2.75" Rocket Flechette WDU 5002/B 4,899 4,899 time disposal 1 21 D 0.00490 8 12 96 51.031 50.10 601.2 97.784 1 5195 Warhead 2.75" Rocket Flechette w/Red Dye Spot Chg 1,694 1,694 Obsolete, one time disposal 1 4 S 0.00590 4 48 192 8.823 22.34 1072.32 75.828 1 0001 Projectile 76mm HESH 0 1 1 D 0.99 48 3 144 0.000 185 555 0.000 1 0001 Projectile 76mm TP-S Non-Frag w/Spotting Charge & Fuze 2 2 1 1 D 0.126 3 12 36 0.056 20 240 0.100 Total 6,635 37 6,595 Total Pal Qty 60.193Total Wt KG 174.527

This document RDIMS File 3407631

Attachment D - 9/39 Attachment E Group E - 105mm Through 155mm (less 120mm and 155mm HE) to Appendix B4 To Annex B, SOW - Full Demil Dated 31 December 2013

Inventory as of 31-Dec-13

Demil Requirement Est Recurring Onetime Event at 10% of Mandatory inventory less (1) One Time Event HCC NEQ Box Boxes per Qty per Total Wt Wt Total Wt Desired (2) LOG Nomenclature Qty Qty Qty Remarks Ea Qty Pallet Pallets Pallets Box Pallet Kg 1 0560 Ctge 105mm HEPD HOW M1 2 1 21 E 3.55150 2 20 40 0.000 48.50 1,060 0.0 1 0561 Ctge 105mm HF HEPD/MR 2 1 21 E 3.55150 0 0 1 0562 Ctge 105mm HE PD/MR ER (C132) 2 1 1 E 5.40000 1 40 40 0.000 20.00 1,095 0.0 1 0570 Ctge 105mm HE PLUG (HOW) 2 1 21 E 3.55150 2 20 40 0.000 46.15 822 0.0 1 0580 Ctge 105mm HE MTSQ (HOW) 2 1 21 E 3.55000 2 20 40 0.000 45.60 1,063 0.0 1 0590 Ctge 105mm Illum HOW 2 1 21 G 2.31400 2 20 40 0.000 48.50 1,095 0.0 1 0610 Ctge 105mm HESH (HOW) 1 2 1 21 E 3.20000 2 24 48 0.021 41.84 1,105 0.9 1 0620 Ctge 105mm SH/P (HOW) 2 1 22 C 0.86000 2 20 40 0.000 37.65 950 0.0 1 0630 Ctge 105mm Smk WP HOW 2 1 21 H 3.22660 2 20 40 0.000 49.80 905 0.0 1 0640 Ctge 105mm Smk HCBE (HOW) 1 2 1 21 G 1.39000 2 20 40 0.025 47.80 956 1.2 1 0641 Ctge 105mm Smk BS 1 1 0700 Ctge 105mm Blank F/CHGE HOW M395 2 1 33 C 0.77000 10 24 240 0.000 29.30 703.2 0.0 1 0710 Ctge 105mm Blank (HOW) 5 2 1 4 C 0.02000 1 40 40 0.125 4.78 191.2 0.6 1 0730 Projectile 155mm Illum 42 1 34 G 0.12200 8 3 24 1.750 397.30 1191.9 695.3 1 0735 Projectile 155mm IR Illum M485A1 1 1 0740 Projectile 155mm Smk HCBE 1 34 G 10.99000 8 3 24 0.000 362.00 1086 0.0 1 0741 Projectile 155mm Smk BS 100 1 1030 Ctge 105 mm HESH Tank 2 1 21 E 4.90000 1 16 16 0.000 39.90 638.4 0.0 1 1041 Ctge 105mm APFSDS TK 2 0 Pending Sale 1 22 C 5.68600 2 10 20 0.000 65.00 650 0.0 1 1071 Ctge 105mm Short Range Tank SRTPDS-T 4 2 1 22 C 5.30000 2 15 30 0.133 42.00 630 5.6 1 1081 Ctge 105mm SH/P Tank 2 1 22 C 3.03000 2 14 28 0.000 60.20 842.8 0.0 1 1120 Ctge 105mm TK Blank C1A4 2 1 33 C 1.03330 6 15 90 0.000 48.10 721.5 0.0 1 3030 Projectile 5" 54 Cal HE Mk41 0 1 1 D 3.55432 48 1 48 0.000 35.00 35 0.0 1 3070 Projectile 5" 54 Cal HE Mk116 Mod 1 1 1 D 3.46578 4 12 48 0.000 31.80 381.6 0.0 Total 53 34 0 Total Pal Qty 2.054Total Wt KG 703.5

This Document RDIMS 3407631

Attachment E - 10/39 Attachment F Group F - 120mm and 155mm HE to Appendix B4 To Annex B, SOW - Full Demil Dated 31 December 2013 Inventory as of 31-Dec-13

Demil Requirement Est Recurring Onetime Event at 10% of Mandatory inventory less One (1) Time Event HCC NEQ Box Boxes per Qty per Total Wt Wt Total Wt Desired (2) LOG Nomenclature Qty Qty Qty Remarks Ea Qty Pallet Pallets Pallets Box Pallet Kg 2 0720 Projectile 155mm HE(M107) 1 1 D 7.15190 8 3 24 0.000 362.90 1088.7 0.0 2 0721 Projectile 155mm HE,M795 0 1 1 D 10.90000 8 3 24 0.000 410.00 1230 0.0 2 0722 Projectile 155mm HE RA M549A1 1 1 D 9.89920 8 3 24 0.000 357.00 1071 0.0 2 0723 Projectile 155 HE ER XM982(Excalibur) 1 1 D 5.44000 1 9 9 0.000 70.76 636.84 0.0 2 0725 Projectile 155mm HEDP ICM M483A1 w/M42 and M46 grenades 0 Separate SOW 1 1 D 2.89500 8 3 24 0.000 397.30 1191.9 0.0 1 1050 Ctge 120mm, HEAT-T-TP, DM18A2 2 1 21 C 6.35000 1 16 16 0.000 41.50 664 0.0 1 1051 Ctge 120mm, HEAT-MP-T, DM12A2 2 2 1 1 F 2.10000 1 16 16 0.125 41.50 664 5.2 1 1053 Ctge 120mm, Canister, M1028 2 1 21 C 7.25100 1 30 30 0.000 33.62 1008.6 0.0 Total 2 6 0 Total Pal Qty 0.125Total Wt KG 5.2

This Document RDIMS 3407631

Attachment F - 11/39 Attachment G Group G - AC Bombs to Appendix B4 To Annex B, SOW - Full Demil Dated 31 December 2013

Inventory as of 31-Dec-13

Demil Requirement Est Recurring Onetime Event at 10% of inventory less Manditory (1) One Time Event HCC NEQ Box Boxes per Qty per Total Wt Wt Total Wt Desired (2) LOG Nomenclature Qty Qty Qty Remarks Ea Qty Pallet Pallets Pallets Box Pallet Kg 2 5068 Bomb MK84 HE Mods 2 and 4 0 0 1 1 D 428.65000 1 2 2 929.85 1,860 1,859.7 2 5069 Bomb MK 84 Mod 7 HE 0 0 1 1 D 426.64500 1 2 2 864.56 1,729 1,729.1 2 5070 Bomb Body HE MK82/ BLU-111A/B 0 0 1 1 D 87.09120 1 6 6 216.80 1,301 1,300.8 2 5071 Bomb BLU-109 for Paveway II 0 0 1 1 D 243.18000 1 2 2 1,986.3 2 5085 Bomb MK 83 Mod 4 HE (1000lbs) 0 1 1 D 201.84 1 3 3 0.000 454.54 0.0 Total 0 0 0 Total Pal Qty0.000 Total Wt KG 6875.920

This Document RDIMS File 3407631

Attachment G - 12/39 Attachment H Group H - Propellant to Appendix B4 To Annex B, SOW - Full Demil Dated 31 December 2013

Inventory as of 31-Dec-13

Demil Requirement Est Recurring Onetime Event at 10% of Mandatory inventory less (1) One Time Event HCC NEQ Box Boxes per Qty per Total Wt Wt Total Wt Desired (2) LOG Nomenclature Qty Qty Qty Remarks Ea Qty Pallet Pallets Pallets Box Pallet Kg 1 0800 Charge Propelling 105mm m14 w/primer percussion M82A2 429 10 Potentially by DND 2014 1 33 C 6.19255 2 20 40 0.250 48.50 1,060 0.206 1 0805 Flash Reducer M2 IP US 1 1 D 0.04250 800 18 14400 56.70 1,021 1 0810 Charge Propelling 155mm Red Bag 57000 IP US 1 33 C 9.55418 1 40 40 0.000 20.00 1,095 0.000 1 0812 Charge Modular 155mm,M231 1 1 IP US, 1 33 C 1.50590 2 20 40 0.025 46.15 822 0.022 1 0813 Charge,155mm Modular, M232A1 IP US 1 33 C 2.26800 2 20 40 0.000 45.60 1,063 0.000 1 2330 Firing Point Propellant (105mm) 10811 30,000 Potentially by DND 2014 1 22 C 1 25 20 500 21.622 26.00 11,243.4 1 2330 Firing Point Propellant (155mm) 6758 12,000 Potentially by DND 2014 1 22 C 1 25 20 500 13.516 26.00 7,028.3 1 2330 Propellant bulk from break down projects 2685 5,000 Potentially by DND 2014 1 22 C 1 8 3 24 208.333 357.00 14.006 1 2330 Solid Propellant 81mm (outer pack PA125) 36 50 Potentially by DND 2014 1 22 C 1 25 20 500 0.072 26.00 37.4 1 2330 Surplus Charge Increment TL 26 for 60mm 47 Potentially by DND 2014 1 22 C 1 25 20 500 0.094 26.00 48.9 1 4304 Charge Blank 6 PDR ML Gun 1 1 D 0.07100 2 20 40 0.000 37.65 950 0.000 1 4306 Charge Blank 9 PDR 6 CWT RML Gun 2 1 1 D 0.18427 2 20 40 0.000 49.80 905 0.000 1 4307 Charge Blank Mini 32 PDR (Cannon Ball) 1 1 D 0.01800 2 20 40 0.000 47.80 0.000 1 7002 Charge Propelling 105mm M67 3 1 33 C 1.32000 2 20 40 0.000 47.80 0.000 1 0001 Black Powder from Breakdowns 2 1 22 C 1 1 9 9 0.222 70.76 0.028 1 0001 Cartridge Augmenting L32A1 1 1 1 C 0.01000 8 3 24 0.000 362.90 0.000 1 0001 Primary Cartridge L39A1 1 1 4 G 0.01000 10 24 240 0.000 29.30 0.000 1 0001 Propellant bulk at METC not on charge 1 22 C 1 8 3 24 0.000 410.00 0.000 Total 77,774 47,063 124,837 Total Pal Qty244.135 Total Wt KG 18372.342

This Document RDIMS File 3047631

Attachment H - 13/39 Attachment I Group I - CADs and PADs to Appendix B4 To Annex B, SOW - Full Demil Dated 31 December 2013

Inventory as of 31-Dec-13

Demil Requirement Est Recurring Onetime Event at 10% of Mandatory inventory less One (1) Time Event HCC NEQ Box Boxes per Qty per Total Wt Wt Total Wt Desired (2) LOG Nomenclature Qty Qty Qty Remarks Ea Qty Pallet Pallets Pallets Box Pallet Kg 1 1230 Squib Electric DM 22 for Tank 28 2 1 4 S 0.006 1 5336 Ctge Impulse CCU-63/B 19,391 3,000 1 4 C 0.00013 480 24 11520 1.68 10.30 1,060 1882.62 1 5337 Cartridge Impulse CCU 136/A 282,314 23,526 1 4 C 0.02100 480 42 20160 14.00 15.90 668 9,351.7 1 5340 Initiator JAU 22B 12,878 1,073 1 4 C 0.00600 910 72 65520 0.20 14.80 1,095 209.4 1 5341 Ctge Impulse BBU 35/B 301 25 1 4 S 0.00040 480 42 20160 0.01 15.90 668 10.0 1 5348 Cartridge Impulse CCU 41/B PN 842AS100D 18,103 500 1 4 S 0.00025 480 21 10080 1.80 12.70 822 479.0 1 5349 Cartridge Impulse BBU-36/B 1,146 80 1 4 S 0.00099 480 21 10080 0.11 12.70 822 30.3 1 5352 Ctge Impulse CCU 45/B 7,944 662 1 4 C 0.00880 320 24 7680 1.03 21.45 1,063 532.5 1 5353 Ctge Impulse ARD 863-1 60,704 1,070 50,000 one time event 1 4 C 0.00380 1000 8 8000 7.59 53.75 1,095 3,262.8 1 5354 Ctge Impulse MK 19 8,453 704 1 4 C 0.00950 96 24 2304 3.67 5.90 1,105 519.5 1 5355 Ctge Impulse ARD 446-1 4,464 372 1 4 C 0.01252 500 8 4000 1.12 48.80 950 435.7 1 6001 Actuator Assy Explosive rotary 284 20 1 4 S 0.00700 5 15 75 3.79 11.70 905 664.6 1 6002 Actuator Assy Explosive rotary 0 1 4 C 0.00698 1 40 40 0.00 11.70 1,279 0.0 1 6003 Ejector Drag Gun 0 1 33 C 0.006 1 16 16 0.00 18.50 296 0.0 1 6004 Sequencer Explosive Actuated 0 1 4 S 0.00004 1 36 36 0.00 10.80 1,187 0.0 1 6007 Catapult A/C Ejection seat 16 1 1 33 C 2.90000 1.00 16 16 0.06 18.50 907 296.0 1 6008 Catapult A/C Ejection seat 0 1 33 C 2.90000 1.00 36 36 0.03 10.80 389 0.0 1 6009 Rocket Motor under Seat Mk 100 Mod 0 0 1 33 C 2.95000 1.00 12 10 0.10 23.50 282 0.0 1 6010 Rocket Motor Under Seat Mk 101 Mod 0 0 1 33 C 2.99600 1.00 12 12 0.08 23.50 720 0.0 1 6011 Ignition Device PVU-1/A 0 1 4 S 0.00002 1.00 24 24 0.04 11.70 720 0.0 1 6012 Cutter Ctge Actuated Model G1, 0.8sec delay 4 0 1 4 S 0.06000 1.00 12 12 0.08 11.70 140 46.8 1 6013 Cutter Ctge Actuated G1, 0.1sec 0 1 4 S 0.00006 1.00 12 12 0.08 11.70 747 0.0 1 6016 Explosive Sequence Control DCU-241/A 90 8 1 4 C 0.00070 1.00 12 12 0.08 22.80 747 2,052.0 1 6022 Ctge Set Impulse MBCP 141 45 4 1 4 C 0.03510 12 12 144 0.01 16.41 1,155 61.5 1 6023 Ctge Set Impulse MBCP 161 230 19 1 4 C 0.05100 12 12 144 0.01 16.41 970 314.5 1 6028 Initiator Ctge Actuated M72 4 0 1 4 C 0.00550 1 96 96 0.04 10.45 810 41.8 1 6031 Initiator Cartridge Actuated 46 4 1 4 C 0.00110 4 12 48 0.96 0.91 882 10.5 1 6032 Initiator Cartridge Actuated 4 0 1 4 C 0.00040 40 12 480 0.01 0.91 11 0.1 1 6033 Initiator Ctge Actuated M10 3 0 1 4 C 0.00544 25 12 300 0.01 10.45 125 1.3 1 6034 Initiator Ctge Actuated M31 2 1 4 C 0.00569 25 12 300 0.00 23.00 276 0.0 1 6035 Initiator Ctge Actuated M27 1,866 156 1 4 C 0.00227 25 12 300 6.22 13.86 166 1,034.5 1 6036 Initiator Ctge Actuated M5A2 479 40 1 4 C 0.00427 20 12 240 2.00 21.16 254 506.8 1 6037 Initiator Ctge Actuated M32A1 9 1 1 4 C 0.00544 20 12 240 0.04 29.50 354 13.3 1 6038 Initiator Ctge Actuated M3A2 12 1 1 4 C 0.00427 32 30 960 0.01 18.14 544 6.8 1 6040 Initiator Mechanical JAU-25/A 568 47 1 4 C 0.00020 24 24 576 0.99 11.00 1,232 260.3

This Document RDIMS File 3407631

Attachment I - 14/39 Attachment I Group I - CADs and PADs to Appendix B4 To Annex B, SOW - Full Demil Dated 31 December 2013

Inventory as of 31-Dec-13

Demil Requirement Est Recurring Onetime Event at 10% of Mandatory inventory less One (1) Time Event HCC NEQ Box Boxes per Qty per Total Wt Wt Total Wt Desired (2) LOG Nomenclature Qty Qty Qty Remarks Ea Qty Pallet Pallets Pallets Box Pallet Kg 1 6047 Initiator Explosive Actuated JAU-24A 151 13 1 4 C 0.00036 1 96 96 1.57 11.00 1,056 1,661.0 1 6050 Initiator Explosive Actuated JAU-29A 298 25 1 4 S 0.00064 120 12 1440 0.21 86.50 1,038 214.8 1 6052 Initiator Ctge Actuated PN 0113226-23 321 27 1 4 C 0.00310 20 12 240 1.34 6.00 72 96.3 1 6053 Valve One Way Transfer, Initiator Ctge Actuated PN 841AS375 164 14 1 4 S 0.00013 1 24 24 6.83 21.50 516 3,526.0 1 6055 Cartridge Impulse M73 106 9 1 4 S 0.00900 1 24 24 4.42 21.50 516 2,279.0 1 6056 Cartridge delay M93 0 1 4 S 0.01000 1 24 24 0.00 21.50 516 0.0 1 6059 Remover A/C Canopy M1A3 1 0 1 4 S 0.02436 40 24 960 0.00 21.50 990 0.5 1 6060 Remover A/C Canopy M3A1 158 13 1 33 C 0.45400 6 12 72 2.19 27.10 325 713.6 1 6061 Rocket Motor Aircraft Canopy Jettison 471 39 1 4 S 0.02431 2 12 24 19.63 7.00 1,005 1,648.5 1 6064 Cartridge Impulse M31A2 0 0.02431 1 96 96 0.00 0.50 660 0.0 1 6066 Thruster Ctge Actuated M25A1 0 0 1 4 S 0.00590 12 32 384 0.00 7.73 1,620 0.0 1 6067 Thruster Ctge Actuated M5A2 7 1 1 4 S 0.00427 12 32 384 0.02 25.50 970 14.9 1 6071 Cord Detonating Shielded Mild 41.073" long 0 1 4 S 0.00068 10 12 120 0.00 21.00 1,049 0.0 1 6072 Ctge Impulse CCU-71A 0 1 4 C 0.00260 30 12 360 0.00 21.00 907 0.0 1 6073 Ctge Impulse CCU-72A 3 0 1 4 C 0.00260 30 12 360 0.01 21.00 730 2.1 1 6074 Cord Detonating Shielded Mild 9.872" long 1 1 4 S 0.00033 1 96 96 0.00 21.00 955 0.0 1 6075 Cord Detonating Shielded Mild 7.453" long 1 1 4 S 0.00030 1 96 96 0.00 21.00 871 0.0 1 6076 Cord Detonating Shielded Mild 5.442" long 1 1 4 S 0.00032 1 96 96 0.00 21.00 457 0.0 1 6077 Cord Detonating Shielded Mild 59.879" long 1 1 4 S 0.00100 1 96 96 0.00 21.00 457 0.0 1 6078 Cord Detonating Shielded Mild 0" long 1 1 4 S 0.00086 1 96 96 0.00 21.00 516 0.0 1 6079 Cord Detonating Shielded Mild 0" long 1 1 4 S 0.00078 1 96 96 0.00 9.30 516 0.0 1 6080 Cord Detonating Shielded Mild 11.031" long 1 1 4 S 0.00035 1 96 96 0.00 31.20 516 0.0 1 6081 Cord Detonating Shielded Mild 24.042" long 1 1 4 S 0.00053 1 96 96 0.00 31.20 516 0.0 1 6082 Cord Detonating Shielded Mild 8.664" Long 1 1 1 4 S 0.00032 1 96 96 0.01 31.20 516 31.2 1 6083 Cord Detonating Shielded Mild 5" Long 1 1 4 S 0.00026 1 96 96 0.00 31.20 516 0.0 1 6084 Cord Detonating Shielded Mild 12.053" Long 1 1 4 S 0.00036 1 96 96 0.00 31.20 516 0.0 1 6085 Cord Detonating Shielded Mild 35.224" Long 1 1 4 S 0.00069 1 96 96 0.00 31.20 516 0.0 1 6086 Cord Detonating Shielded Mild 32.507" Long 1 1 4 S 0.00065 1 96 96 0.00 31.20 516 0.0 1 6087 Cord Detonating Shielded Mild 9.176" long 1 1 4 S 0.00032 1 96 96 0.00 31.20 516 0.0 1 6088 Cord Detonating Shielded Mild 4.756" Long 1 1 4 S 0.00031 1 96 96 0.00 31.20 516 0.0 1 6089 Cord Detonating Shielded Mild 11.242 Long 1 1 4 S 0.00035 1 96 96 0.00 31.20 516 0.0 1 6090 Cord Detonating Shielded Mild 21.481 Long 1 1 4 S 0.00050 1 96 96 0.00 31.20 2,995 0.0 1 6091 Cord Detonating Shielded Mild 18.38" Long 1 1 4 S 0.00027 1 96 96 0.00 31.20 2,995 0.0 1 6092 Cord Detonating Shielded Mild 0" Long 1 1 4 S 0.00050 1 96 96 0.00 31.20 2,995 0.0 1 6093 Cord Detonating Shielded Mild 18.545" Long 1 1 4 S 0.00046 1 96 96 0.00 31.20 2,995 0.0 1 6094 Cord Detonating Shielded Mild 35.017" Long 1 1 4 S 0.00068 1 96 96 0.00 31.20 2995.2 0.0 1 6095 Cord Detonating Shielded Mild 26.161" Long 1 1 4 S 0.00070 1 96 96 0.00 9.80 940.8 0.0

This Document RDIMS File 3407631

Attachment I - 15/39 Attachment I Group I - CADs and PADs to Appendix B4 To Annex B, SOW - Full Demil Dated 31 December 2013

Inventory as of 31-Dec-13

Demil Requirement Est Recurring Onetime Event at 10% of Mandatory inventory less One (1) Time Event HCC NEQ Box Boxes per Qty per Total Wt Wt Total Wt Desired (2) LOG Nomenclature Qty Qty Qty Remarks Ea Qty Pallet Pallets Pallets Box Pallet Kg 1 6096 Cord Detonating Shielded Mild FCDC 1 1 4 S 0.00036 1 96 96 0.00 9.80 940.8 0.0 1 6097 Cord Detonating Shielded Mild 16.971" Long 1 1 4 S 0.00036 1 96 96 0.00 31.20 2995.2 0.0 1 6098 Cord Detonating Shielded Mild 9.211" Long 1 1 4 S 0.00036 1 96 96 0.00 31.20 2995.2 0.0 1 6099 Cord Detonating Shielded Mild 2.35" Long 1 1 4 S 0.00030 1 96 96 0.00 31.20 2995.2 0.0 1 6100 Cord Detonating Shielded Mild 7.822" Long 1 1 4 S 0.00030 1 96 96 0.00 31.20 2995.2 0.0 1 6101 Cord Detonating Shielded Mild 5.168" Long 1 1 4 S 0.00032 1 96 96 0.00 31.20 2995.2 0.0 1 6102 Cord Detonating Shielded Mild 8.901" Long 1 1 4 S 0.00039 1 96 96 0.00 31.20 2995.2 0.0 1 6104 Cord Detonating Shielded Mild 14.092" Long 1 1 4 S 0.00050 1 96 96 0.00 31.20 2995.2 0.0 1 6105 Cord Detonating Shielded Mild 39.468" Long 1 1 4 S 0.00032 1 96 96 0.00 31.20 2995.2 0.0 1 6106 Cord Detonating Shielded Mild 20.264" Long 1 1 4 S 0.00027 1 96 96 0.00 31.20 2995.2 0.0 1 6107 Cord Detonating Shielded Mild 6.94" Long 1 1 4 S 0.00027 1 12 12 0.00 24.10 289.14 0.0 1 6108 Cord Detonating Shielded Mild 2.35" Long 1 1 4 S 0.00027 1 96 96 0.00 31.20 2995.2 0.0 1 6109 Cord Detonating Shielded Mild 4.551" Long 1 1 4 S 0.00027 1 96 96 0.00 31.20 2995.2 0.0 1 6110 Cord Detonating Shielded Mild 30.099" Long 1 1 4 S 0.00063 1 96 96 0.00 31.20 2995.2 0.0 1 6111 Cord Detonating Shielded Mild 4.984" Long 1 1 4 S 0.00032 1 96 96 0.00 31.20 2995.2 0.0 1 6112 Cord Detonating Shielded Mild 36.142" Long 1 1 4 S 0.00081 1 96 96 0.00 31.20 2995.2 0.0 1 6113 Cord Detonating Shielded Mild 42.489" Long 1 1 4 S 0.00077 1 96 96 0.00 31.20 2995.2 0.0 1 6114 Cord Detonating Shielded Mild 37.68" Long 1 1 4 S 0.00068 1 96 96 0.00 31.20 2995.2 0.0 1 6115 Cord Detonating Shielded Mild 32.509" Long 1 1 4 S 0.00050 1 96 96 0.00 31.20 2995.2 0.0 1 6116 Cord Detonating Shielded Mild 18.477" Long 1 1 4 S 0.00045 1 96 96 0.00 31.20 2995.2 0.0 1 6117 Cord Detonating Shielded Mild 18.094" Long 1 1 4 S 0.00064 1 96 96 0.00 31.20 2995.2 0.0 1 6118 Cord Detonating Shielded Mild 5" Long 1 1 4 S 0.00030 1 96 96 0.00 31.20 2995.2 0.0 1 6119 Cord Detonating Shielded Mild 7.7035" Long 1 1 4 S 0.00027 1 96 96 0.00 31.20 2995.2 0.0 1 6120 Cord Detonating Shielded Mild 5.424" Long 1 1 4 S 0.00050 1 96 96 0.00 31.20 2995.2 0.0 1 6122 Cord Detonating Shielded Mild 19.382" Long 1 1 4 S 0.00040 1 96 96 0.00 31.20 2995.2 0.0 1 6123 Cord Detonating Shielded Mild 1.68" Long 1 1 4 S 0.00040 1 96 96 0.00 31.20 2995.2 0.0 1 6124 Cord Detonating Shielded Mild 9.993" Long 1 1 4 S 0.00030 1 96 96 0.00 31.20 2995.2 0.0 1 6125 Cord Detonating Shielded Mild 29.916" Long 1 1 4 S 0.00036 1 96 96 0.00 31.20 2995.2 0.0 1 6126 Cord Detonating Shielded Mild 24.304" Long 1 1 4 S 0.00054 1 96 96 0.00 31.20 2995.2 0.0 1 6128 Cord Detonating Shielded Mild 19.010" Long 1 1 4 S 0.00054 1 96 96 0.00 31.20 2995.2 0.0 1 6129 Cord Detonating Shielded Mild 37.408" Long 1 1 4 S 0.00050 1 96 96 0.00 31.20 2995.2 0.0 1 6130 Cord Detonating Shielded Mild 50.57" Long 1 1 4 S 0.00050 1 96 96 0.00 31.20 2995.2 0.0 1 6131 Cord Detonating Shielded Mild 25.964" Long 1 1 4 S 0.00054 1 96 96 0.00 31.20 2995.2 0.0 1 6132 Cord Detonating Shielded Mild 18.805" Long 1 1 4 S 0.00569 1 96 96 0.00 31.20 2995.2 0.0 1 6132 Cord Detonating Shielded Mild 36.881" Long 1 1 4 S 0.00072 1 96 96 0.00 31.20 2995.2 0.0 1 6134 Cord Detonating Shielded Mild 59.879" Long 1 1 4 S 0.00063 1 96 96 0.00 9.25 888 0.0 1 6135 Cord Detonating Shielded Mild 27.46" Long 1 1 4 S 0.00569 1 96 96 0.00 9.25 888 0.0 1 6136 Cord Detonating Shielded Mild 24 Long FCDC 1 1 4 S 0.00569 1 96 96 0.00 9.25 888 0.0 1 6137 Cord Detonating 24" long (FCDC) 1 1 4 D 0.02400 1 96 96 0.00 9.25 888 0.0 1 6138 Cord Detonating Shielded Mild 7.79" long 10 1 1 4 S 0.00569 1 96 96 0.10 9.25 888 92.5 1 6139 Cord Detonating Kit No. 21 1 1 1 4 D 0.02400 10 90 900 0.00 5.00 450 0.5

This Document RDIMS File 3407631

Attachment I - 16/39 Attachment I Group I - CADs and PADs to Appendix B4 To Annex B, SOW - Full Demil Dated 31 December 2013

Inventory as of 31-Dec-13

Demil Requirement Est Recurring Onetime Event at 10% of Mandatory inventory less One (1) Time Event HCC NEQ Box Boxes per Qty per Total Wt Wt Total Wt Desired (2) LOG Nomenclature Qty Qty Qty Remarks Ea Qty Pallet Pallets Pallets Box Pallet Kg 1 6142 Cord Detonating 0 1 1 4 S 0.00036 10 90 900 0.00 5.00 450 0.0 1 6143 Cord Detonating Shielded Mild 20.695" Long 1 1 4 S 0.00041 1 96 96 0.00 9.25 888 0.0 1 6144 Cord Detonating Kit No. 16 (for CF 18) 1 1 4 S 0.00648 1 96 96 0.00 5.00 480 0.0 1 6145 Cord Detonating Shielded Mild41.437" Long 1 1 4 S 0.00648 1 96 96 0.00 9.25 888 0.0 1 6146 Ctge A/C Fire Extinguisher PN 895408 0 1 4 S 0.00041 24 96 2304 0.00 5.00 480 0.0 1 6147 Ctge A/C Fire Extinguisher PN 895409 0 1 4 S 0.00041 24 96 2304 0.00 5.00 480 0.0 1 6148 Ctge A/C Fire Extinguisher PN 30900400-1 0 1 4 S 0.00032 24 96 2304 0.00 5.00 480 0.0 1 6152 Ctge A/C Fire Extinguisher PN 13083-5 18 2 1 4 S 0.00020 216 96 20736 0.00 21.00 2016 1.8 1 6154 Ctge A/C Fire Extinguisher PN 100280-1 7 1 1 4 S 0.00040 55 96 5280 0.00 38.00 3648 4.8 1 6155 Ctge A/C Fire Extinguisher PN 100280-3 2 0 1 4 S 0.00040 24 96 2304 0.00 38.00 3648 3.2 1 6156 Ctge A/C Fire Extinguisher PN 100280-5 5 0 1 4 S 0.00000 55 96 5280 0.00 38.00 3648 3.5 1 6157 Ctge A/C Fire Extinguisher CCU-94/A 75 6 1 4 S 0.00017 12 96 1152 0.07 7.00 672 43.8 1 6158 Ctge A/C Fire Extinguisher PN 841155-1 29 2 1 4 S 0.00018 100 96 9600 0.00 7.00 672 2.0 1 6159 Ctge A/C Fire Extinguisher CCU-68/A 0 1 4 S 0.00041 2 96 192 0.00 7.00 672 0.0 1 6160 Squib Electric 0 1 4 S 0.00600 10 96 960 0.00 7.00 672 0.0 1 6163 Ctge A/C Fire Extinguisher PN 13083-25 4 0 1 4 S 0.00041 24 96 2304 0.00 7.00 672 1.2 1 6164 Ctge A/C Fire Extinguisher PN 897776 0 1 4 S 0.00041 24 96 2304 0.00 7.00 672 0.0 1 6165 Ctge impulse Mk23 Mod 0 0 1 4 C 0.00014 50 24 1200 0.00 60.46 1451.04 0.0 1 6166 Ctge Impulse Mk105 Mod 0 38 3 1 4 C 0.00014 24 24 576 0.07 5.26 126.24 8.3 1 6168 Ctge Impulse Mk 24 Mod 0 31 3 1 4 C 0.00060 48 24 1152 0.03 5.00 120 3.2 1 6171 Ctge Impulse CCU 92A 0 1 4 C 0.00314 1 24 24 0.00 5.00 120 0.0 1 6172 Ctge Powder Actuated Cutter 55 5 1 4 C 0.00018 48 96 4608 0.01 5.00 480 5.7 1 6174 Ctge Delay 10 sec 65 5 1 4 S 0.00080 48 96 4608 0.01 5.00 480 6.8 1 6175 Ctge delay 20 sec 350 29 1 4 S 0.00270 48 96 4608 0.08 5.00 480 36.5 1 6176 Ctge Replacement Kit Pressure 1 0 1 4 C 0.00012 24 96 2304 0.00 5.00 480 0.2 1 6178 Cutter Cord and Flag Assy 28 2 1 4 S 0.06000 24 96 2304 0.01 5.00 480 5.8 1 6180 Ctge Impulse MK 152 (Mine Sweeping) 0 1 4 C 0.00490 20 96 1920 0.00 5.00 480 0.0 1 6181 Ctge Impulse MK 154 (Mine Sweeping) 0 1 4 C 0.00511 25 96 2400 0.00 5.00 480 0.0 1 6183 BBU 35/B Ctge 0 25 96 2400 0.00 5.00 480 0.0 1 6191 Squib Actuator PN 728316A or PN 055046 24 2 1 4 S 0.00013 25 96 2400 0.01 5.00 480 4.8 1 6193 Ctge Impulse No 6100 292 24 1 4 S 0.00004 50 96 4800 0.06 7.25 696 42.3 1 6194 Ctge CBL CTR-Mine Roller 0 1 34 C 0.00580 50 96 4800 0.00 7.25 696 0.0 1 6195 Ctge CBL CTR-Mine Plow 0 1 34 C 0.00580 24 96 2304 0.00 7.25 696 0.0 1 6217 Squib Electric MSA X29 113 9 1 4 S 0.00032 10 100 1000 0.11 11.60 1160 131.1 1 6220 Initiator Cartridge Actuated 0.75 Sec delay 0 1 4 C 0.00040 10 96 960 0.00 67.00 6432 0.0 1 6226 Ctge Impulse 0 1 4 C 0.00013 20 96 1920 0.00 5.00 480 0.0 1 6228 Initiator Ctge Actuated M27 0 1 4 C 0.00363 100 96 9600 0.00 13.50 1296 0.0 1 6233 Initiator Explosive Actuated JAU-24A 155 13 1 4 C 0.00036 24 96 2304 0.07 13.5 1296 87.2 1 6234 Initiator Propellant Actuated JAU-27A 1,472 123 1 4 C 0.00020 55 96 5280 0.28 12 1152 321.2 1 6236 Cord Detonating Shielded Mild 36.892" Long 0 1 4 D 0.00072 24 96 2304 0.00 30.00 2880 0.0 1 6302 Rocket Motor A/C Ejection Seat 0 1 33 C 2.99600 24 96 2304 0.00 30.00 2880 0.0 1 6317 Ctge Impulse MK192 (Mine Sweeping) 0 1 4 C 0.00230 24 96 2304 0.00 30.00 2880 0.0

This Document RDIMS File 3407631

Attachment I - 17/39 Attachment I Group I - CADs and PADs to Appendix B4 To Annex B, SOW - Full Demil Dated 31 December 2013

Inventory as of 31-Dec-13

Demil Requirement Est Recurring Onetime Event at 10% of Mandatory inventory less One (1) Time Event HCC NEQ Box Boxes per Qty per Total Wt Wt Total Wt Desired (2) LOG Nomenclature Qty Qty Qty Remarks Ea Qty Pallet Pallets Pallets Box Pallet Kg 1 6318 Cord Assy Detonation (TLX Transfer Line) 1 0 1 4 S 0.00040 20 96 1920 0.00 3.00 288 0.2 1 6319 Cord Assy Detonation (TLX Transfer Line) 0 1 4 S 0.00036 1 96 96 0.00 3.00 288 0.0 1 6320 Ctge, Mine Roller 0 1 4 C 0.00080 1 96 96 0.00 30 2880 0.0 1 6330 Parachute deployment Rocket motor Mk 122 Mod 0 45 4 1 33 C 0.211 2 12 24 1.88 7.00 1,005 157.5 1 6338 Ctge Impulse CCU-146/A PN 30003-MBEU 148334-1 33 3 1 4 C 0.02 31 1 6339 Initiator Ctge Actuated JAU-74/A PN 30003-MBEU 148244-1 40 3 1 4 C 0.107 1 8 54 1 6362 FA-18 shielded Mild Detonating Cord P/N 74B808225-387 0 0 1 4 S 0.00035 10 1 6400 Cutter Ctge Actuated Model G1, 0.5sec delay 12 1 1 4 S 0.06000 20 72 1440 0.01 20.00 1440 12.0 1 0001 Actuator Assy Explosive rotary 13 1 1 4 C 8 96 768 0.02 2.27 217.92 3.7 1 0001 Body Inflation device 0 1 4 S 0.00007 100 48 4800 0.00 12 576 0.0 1 0001 Catapult A/C Ejection Seat M37 0 0 1 33 C 2.72160 100 96 9600 0.00 36 3456 0.0 1 0001 Ctge Actuated Cutter 0 0 1 4 C 25 150 3750 0.00 30 4500 0.0 1 0001 Ctge Impulse PN MBEU 65690 0 1 4 C 0.00835 3 96 288 0.00 3.00 288 0.0 1 0001 Ctge Impulse PN MBEU 65744 0 1 4 C 0.00810 2 96 192 0.00 3.00 288 0.0 1 0001 Ctge Impulse PN MBEU 65745 0 1 4 C 0.00479 1 96 96 0.00 3.00 288 0.0 1 0001 Ctge Impulse PN MBEU 69692 0 1 4 C 0.00259 2 96 192 0.00 3.00 288 0.0 1 0001 Cutter Cartridge Actuated ModelG1 0.5sec Delay 0 1 4 S 10 20 200 0.00 2.27 45.4 0.0 1 0001 Initiator Cartridge Actuated 2921100-1 0 1 4 S 10 20 200 0.00 2.27 45.4 0.0 1 0001 Initiator Cartridge Actuated P/N 112207-2 0 1 4 S 0.00014 8 96 768 0.00 2.27 217.92 0.0 1 0001 Initiator Cartridge Actuated P/N 30900400-1 0 1 4 S 0.01710 8 96 768 0.00 2.27 217.728 0.0 1 0001 Initiator Ctge Actuated 0.75 Sec delay 0 1 4 S 0.01710 10 20 200 0.00 2.27 45.4 0.0 1 0001 Release Propellant Actuated 0 1 33 C 1 96 96 0.00 3.00 288 0.0 1 0001 Remover A/C Canopy RAU-3/A w/M29A2 impulse Cart 0 1 33 C 1 96 96 0.00 3.00 288 0.0 1 0001 Squib, Cable Cutter 0 0 1 4 S 0.00010 1 96 96 0.00 3.00 288 0.0 Total 423,958 31,766 Total Pal Qty84.89 Total Wt KG 33,191.83

This Document RDIMS File 3407631

Attachment I - 18/39 Attachment J Group J - Demolition Material to Appendix B4 To Annex B, SOW - Full Demil Dated 31 December 2013 Inventory as of 31-Dec-13

Demil Requirement Est Recurring Onetime Event at 10% of Mandatory inventory less (1) One Time Event HCC NEQ Box Boxes per Qty per Total Wt Wt Total Wt Desired (2) LOG Nomenclature Qty Qty Qty Remarks Ea Qty Pallet Pallets Pallets Box Pallet Kg 1 1570 Cap Blasting Electric 0 1 1 B 0.00100 500 32 16000 0.00 10.30 1,060 0.00 1 1572 Cap Blast M4 Electric 0 1 1 B 0.00127 30 30 900 0.00 10.30 309 0.00 1 1575 Cap Blasting M6 Electric 0 1 1 B 0.00132 64 36 2304 0.00 10.30 1,095 0.00 1 1580 Cap Blasting No. 12 Non Electric 0 1 1 B 0.00100 500 32 16000 0.00 10.30 822 0.00 1 1590 Charge Demolition Plastic 1.25lb (C-4) 0 1 1 D 0.56818 30 48 1440 0.00 1,038 1,063 0.00 1 1630 Charge Demolition 15-LB 0 0 1 1 D 2.90000 4 8 32 0.00 53.75 1,095 0.00 1 1645 Trigran (HEBP) 9Kgs Cntr 0 1 1 D 1.00000 36 15 540 0.00 5.90 1,105 0.00 1 1646 Trigran C24 in C126 Cntr 0 1 1 D 25.50000 1 12 12 0.00 48.80 950 0.00 1 1647 Primer 20 gms DatePrimer 0 0 1 1 D 0.02000 480 27 12960 0.00 11.70 905 0.00 1 1656 Charge Demolition Date Sheet.125 0 0 1 1 D 0.36000 2 24 48 0.00 11.70 1,279 0.00 1 1657 Charge Demolition Date Sheet.042 0 0 1 1 D 0.12000 152 24 3648 0.00 18.50 444 0.00 1 1680 Charge Demolition Shaped 40-LB 0 0 1 1 D 13.70000 1 16 16 0.00 10.80 1,187 0.00 1 1700 Cord Detonating 0 1 1 D 0.00960 600 18 10800 0.00 10.80 194 0.00 1 1702 Cord Detonation commercial 200gr/Ft 0 1 1 D 0.04300 150 1 150 0.00 10.70 11 0.00 1 1710 Fuse Blasting Time 0 1 4 S 0.00014 4000 6 24000 0.00 53.10 319 0.00 1 1720 Fuse Instantaneous 0 1 4 G 0.00200 70 84 5880 0.00 4.50 378 0.00 1 1730 Igniter (Electric) BF 0 1 4 S 0.00004 500 40 20000 0.00 25 1,000 0.00 1 1740 Igniter (Percussion) BF 0 1 4 S 0.00004 300 32 9600 0.00 25 800 0.00 1 1750 Match Fuzee Safety (BXS) 0 4 1 X 0.00000 760 20 15200 0.00 25 500 0.00 1 1780 Demolition Kit Bangalore Torpedo 0 1 1 D 51.90000 1 12 12 0.00 93.21 1,119 0.00 1 1940 Coupling Base Firing Devices 0 1 4 S 0.00005 420 32 13440 0.00 25 800 0.00 1 3092 DM211 Depth Charge 0 1 1 D 0.50930 0 0 1 3890 Charge Demolition Assy 138 Replacement 0 1 1 D 9.55000 0 0 1 3892 Charge Demolition Rigid Linear Mk 1, 52.5lbs 0 1 1 D 23.80000 1 15 15 0.00 57.61 864 0.00 1 3940 Charge Demolition TNT 10-LB 0 1 1 D 4.50000 0 0 1 4020 Charge Demolition M8/MK75 0 1 1 D 22.68000 0 0 1 4310 Demolition Charge (Limpet Mine) 0 1 1 D 1.63000 0 0 1 4311 Firing Device (Limpet Mine) 0 1 4 S 0.00046 0 0 1 4312 Safe and Arming Device (Limpet Mine) 0 1 4 S 0.00640 0 0 1 0001 Charge Shock test 1200 lbs 0 1 1 D 4,609.09000 1 1 1 1.00 545 590 590.00 1 0001 Charge Shock Test 10000Lbs 0 1 1 D 545.45000 1 1 1 2.00 4536 4581 0.00 1 0001 Detonator Percussion N5 MK 3 0 1 1 B 0.00150 500 10 5000 0.00 22.9 0.00 total 0 0 0 Total Pal Qty 3.00 Total Wt KG 590.00

This Document RDIMS File 3407631

Attachment J - 19/39 Attachment K Group K - Fuzes, Primers, Boosters and Tracers to Appendix B4 To Annex b, SOW - Full Demil Dated 31 December 2013

Inventory as of 31-Dec-13

Demil Requirement Est Recurring Onetime Event at 10% of Mandatory inventory less (1) One Time Event HCC NEQ Box Boxes per Qty per Total Wt Wt Total Wt

Desired (2) LOG Nomenclature Qty Qty Qty Remarks Ea Qty Pallet Pallets Pallets Box Pallet Kg 1 0712 Igniter Friction Tube SC 282 0 1 4 G 0.00090 500 1 500 0.00 9.30 1,060 0.0 1 0811 Primer Percussion 155mm 3 0 1 34 G 0.00141 240 8 1920 0.00 15.00 120 0.2 1 0820 Fuze PD (HOW) M739 0 0 1 22 D 0.02164 8 96 768 0.00 8.20 1,095 0.0 1 0821 Fuze CP (HOW) DM371 W/Booster DM1361 0 1 22 D 0.02147 15 44 660 0.00 24.00 822 0.0 1 0822 Fuze MR (HOW) C32/C32A1 4 0 1 22 D 0.02100 8 96 768 0.01 6.00 1,063 3.0 1 0840 Fuze MTSQ (HOW) M582A1 0 1 1 D 0.02800 16 36 576 0.00 19.90 1,095 0.0 1 0870 Fuze MT (HOW) M577A1 6,922 2 6,922 1 4 D 0.00072 16 36 576 12.02 19.86 1,105 8,591.9 1 0871 Fuze ET (HOW) M762, M762A1 0 1 4 S 0.00023 16 24 384 0.00 17.00 950 0.0 1 0910 Fuze PROX (HOW) M732 0 1 1 D 0.02536 16 36 576 0.00 28.40 905 0.0 1 1290 Fuze M228 for practice grenade 1 4 G 0.00200 360 12 4320 0.00 42.70 1,279 0.0 1 3123 Fuze Proximity Mk 417 Mod 0 for 76mm 0 1 22 D 0.01200 8 72 576 0.00 19.50 1,404 0.0 1 4312 Safe and Arming Device (Limpet Mine) 0 1 4 S 0.00640 1 5064 Delay Element Fuze M9 0 1 4 S 0.00013 240 54 12960 0.00 10.77 582 0.0 1 5065 Fuze Bomb FMU-139 (NAVY) 3 0 1 22 D 0.12600 9 24 216 0.01 25.50 612 8.5 1 5066 Fuze FMU-139A/B Air force 0 1 22 D 0.06000 6 24 144 0.00 22.00 528 0.0 1 5067 Fuze Bomb FMU-143 B/B 0 1 4 D 0.12610 2 24 48 0.00 22.00 528 0.0 1 5074 Adapter Booster Bomb M148 0 1 1 D 0.17690 760 20 15200 0.00 25 500 0.0 1 7208 Fuze Point Detonating DM111A4 w/booster DM 1008A1 0 1 22 D 0.01400 24 12 288 0.00 10.00 120 0.0 1 7103 Primer Percussion C17 14 1 1 4 G 0.00490 50 96 4800 0.00 7.30 701 2.0 1 8048 Fuze Prox C33 for 57mm 66 6 1 22 D 0.00290 8 48 384 0.17 20.00 960 165.0 1 0001 Fuze 113A (from 2.75" Flechette) 827 0 827 one Disposal Event 1 4 D 0.01710 20 24 480 1.72 31.20 749 1,290.1 1 0001 Fuze FMU-5002/B 4 1 21 D 0.0049 1 2.50 10.0 1 0001 Fuze Proximity C31 0 1 22 D 0.02300 20 24 480 0.00 31.20 749 0.0 1 0001 Fuze Proximity MK NC 101 Mod 2 0 1 22 D 0.00050 8 96 768 0.00 4.00 384 0.0 1 0001 Fuze Time No 390 Mk1 5,458 0 5,458 one Disposal Event 1 4 S 0.005 20 24 480 11.37 31.20 749 8,514.5 1 0001 Igniter Eryx Missile flight motor 0 0 0 1 4 G 0.00040 20 24 480 0.00 31.20 749 0.0 1 0001 Igniter Eryx Missile Gyro scope unlock Igniter 0 0 0 1 4 G 0.00010 20 24 480 0.00 31.20 749 0.0 1 0001 Igniter Eryx Missile latching unit Igniter 8 0 8 1 4 G 0.00017 20 24 480 0.02 31.20 749 12.5 1 0001 Igniter Eryx Missile Launch Motor 0 0 0 1 4 G 0.00062 20 24 480 0.00 31.20 749 0.0 1 0001 Igniter Eryx Missile Safe & Arming Device 5 0 5 1 4 S 0.00055 20 24 480 0.01 31.20 749 7.8 1 0001 Igniter Eryx Missile thrust stop Igniter 0 0 0 1 34 G 0.00041 20 24 480 0.00 31.20 749 0.0 1 0001 Primer Electric C19 24 2 1 4 G 0.00245 50 24 1200 0.02 25.00 600 12.0 1 0001 Primer Electric various 3 0 1 4 G 0.00245 50 24 1200 0.00 25.00 600 1.5 1 0001 Primer Percussion DM231A1 0 1 4 G 0.01710 20 42 840 0.00 20.00 840 0.0 1 0001 Primer Percussion recovered from 76mm Blank L2A1 0 1 4 G 0.00500 50 24 1200 0.00 25.00 600 0.0 1 0001 Tracer, XM10 P/O FM Various SC's 67,485 100 67,385 one Disposal Event 134G 0.00100 1000 96 96000 0.70 25.00 2,400 1,687.1 Total 80,826 112 Total Pal Qty26.06 Total Wt KG 20,306.2

This Document RDIMS File 3407631

Attachment K - 20/39 Attachment L Group L - Grenades (Frag and Blast) to Appendix B4 To Annex B, SOW - Full Demil Dated 31 Decemberr 2013

Inventory as of 31-Dec-13

Demil Requirement Est Recurring Onetime Event at 10% of Mandatory inventory less One (1) Time Event HCC NEQ Box Boxes per Qty per Total Wt Wt Total Wt Desired (2) LOG Nomenclature Qty Qty Qty Remarks Ea Qty Pallet Pallets Pallets Box Pallet Kg 1 1140 Grenade Hand Frag HE C13 0 0 1 1 F 0.18600 30 24 720 0.00 22.70 1,060 0.00 1 1221 Grenade 76mm Frag HE DN31 (N/A) 0 10 1 1280 Grenade Hand Sound and Flash 9 Bang 0.5 sec delay 0 1 4 G 0.0122 10 72 720 Total 0 0 Total Pal Qty 0.00Total Wt KG 0.00

This Document RDIMS File 3407631

Attachment L - 21/39 Attachment M Group M - Rocket Motors to Appendix B4 To Annex B, SOW - Full Demil Dated 31 December 2013

Inventory as of 31-Dec-13

Demil Requirement Est Recurring Onetime Event at 10% of Mandatory inventory less (1) One Time Event HCC NEQ Box Boxes per Qty per Total Wt Wt Total Wt Desired (2) LOG Nomenclature Qty Qty Qty Remarks Ea Qty Pallet Pallets Pallets Box Pallet Kg Asbestos, Time Expired and TBD 5171 Rocket Motor 2.75" RLU-5001/B Obsolete, Pending Contract 1 33 C 4.32000 6 15 90 0.00 22.70 341 0.00 Asbestos, Time Expired and TBD 5173 Rocket Motor 2.75" RLU-5002/B Obsolete, Pending Contract 1 33 C 4.13000 6 15 90 0.00 22.70 341 0.00 1 0001 Launch Motor for Eryx Missile 817 817 one time disposal event 1 33 C 0.096 50 4 200 30 144 1 0001 Flight Motor for Eryx Missile 817 817 one time disposal event 1 33 C 2.187 5 4 20 30 144 Total 1,634 0 1,634 Total Pal Qty 0.00Total Wt KG 0.00

This Document RDIMS File 3407631

Attachment M - 22/39 Attachment M Group N - Missiles and Rockets to Appendix B4 To Annex B, SOW - Full Demil Dated 31 December 2013 Inventory as of 31-Dec-13

Demil Requirement Est Recurring Onetime Event at 10% of Manditory inventory less One (1) Time Event HCC NEQ Box Boxes per Qty per Total Wt Wt Total Wt Desired (2) LOG Nomenclature Qty Qty Qty Remarks Ea Qty Pallet Pallets Pallets Box Pallet Kg 1 0370 Rocket 66mm HEAT M72A5 w/o graze 0 0 1 1 E 0.44500 15 3 45 0.00 87.00 261 0.00 1 0371 Rkt 21mm M72-S (SCTD) 0 0 1 33 C 0.01800 72 12 864 0.00 24.00 288 0.00 1 0390 (Replacement for Ser 0370) 0 1 1 E 0.44500 15 3 45 0.00 87.00 261 0.00 Obsolete, by DND 2013, 2014 and 2015. 2 0412 ERYX Missile (HE) 0 0 Flight and launch motors for contract destruction 1 1 E 5.02000 1 4 4 0.00 22.00 88 0.00 2 0413 ERYX Missile (Inert) 0 0 1 22 C 2.30000 1 4 4 0.00 22.00 88 0.00 1 6330 Parachute Deployment Rocket Motor Mk122 mod 0 PN 30003-MBU 3 0 1 33 C 0.211 1 6 6 6 45 Total 3 0 0 Total Pal Qty 0.00Total Wt KG 0.00

This document RDIMS File 3407631

Attachmnet N - 23/39 Attachment O Group O - Pyrotechnics to Appendix B4 To Annex B, SOW - Full Demil Dated 31 December 2013

Inventory as of 31-Dec-13

Demil Requirement Est Recurring Onetime Event at 10% of Mandatory inventory less (1) One Time Event HCC NEQ Box Boxes per Qty per Total Wt Wt Total Wt Desired (2) LOG Nomenclature Qty Qty Qty Remarks Ea Qty Pallet Pallets Pallets Box Pallet Kg 1 0275 Ctge 25mm SUB-CAL Green 37 4 1 4 G 0.00710 100 12 1200 0.031 36.90 822 13.7 1 0276 Ctge 25mm SUB-CAL Yellow 97 10 1 4 G 0.00720 100 12 1200 0.081 36.90 1,063 35.8 1 0277 Ctge 25mm SUB-CAL Blue 207 21 1 4 G 0.00730 100 12 1200 0.173 36.90 1,095 76.4 1 0278 Ctge 25mm SUB-CAL Red 200 20 1 4 G 0.00740 100 12 1200 0.167 36.90 1,105 73.8 1 0312 Ctge 40mm Practice PCM C158 6 1 4 S 0.00056 36 45 1620 0.000 19.10 860 0.0 1 0316 Ctge 40mm Smoke Red Ground Marker M713 6 0 1 4 G 0.17215 36 45 1620 0.000 19.10 860 0.0 1 0540 Simulator Launching Anti-tank Guided Missile M80 72,281 72,281 Obsolete 1 34 G 0.00300 1200 24 28800 2.510 28.00 672 1,686.6 1 0712 Igniter Friction Tube SC 282 0 1 4 G 0.00090 500 1 500 0.00 9.30 9 0.0 1 0930 Ctge 14.5mm PRAC DT11 0 1 4 G 0.00100 500 20 10000 0.00 38.33 767 0.0 1 0940 Ctge 14.5mm PRAC DT31 0 1 4 G 0.00100 500 20 10000 0.00 38.30 766 0.0 1 0950 Ctge 14.5mm PRAC DT21 0 1 4 G 0.00300 500 20 10000 0.00 38.33 767 0.0 1 0960 Ctge 14.5mm PRAC DT41 0 1 4 G 0.00592 500 20 10000 0.00 38.33 767 0.0 1 1160 Grenade Hand Smk Blue/Violet C8 1 1 4 G 0.16250 40 35 1400 0.00 16.00 560 0.0 1 1170 Grenade Hand Smk Green C8 1 1 4 G 0.16250 40 35 1400 0.00 16.00 560 0.0 1 1180 Grenade Hand Smk Red C8 1 1 1 4 G 0.16250 40 35 1400 0.00 14.00 490 0.4 1 1190 Grenade Hand Smk Yellow C8 1 1 1 4 G 0.16250 40 35 1400 0.00 16.00 560 0.4 1 1210 Grenade Hand OP Smk W 42,412 5 42,412 one time disposal 1 34 G 0.39600 25 32 800 53.02 14.50 464 24,599.0 1 1220 Grenade Smk 76mm DM15 HC 35 1 1 34 G 0.91000 25 20 500 0.07 42.20 844 59.1 1 1240 Grenade Discharger Smk 66mm HC L5A4 2,970 2,970 one time disposal 1 4 G 0.49000 12 32 384 7.73 29.94 958 7,410.2 1 1250 Grenade Hand Smk W TRG 0 1 4 S 0.24000 48 24 1152 0.00 23.00 552 0.0 1 1320 Charge Spoting Mine C3 56 5 1 4 G 0.00630 192 16 3072 0.02 16.30 261 4.8 1 1350 Charge Spoting Mine C5 1 0 1 4 G 0.00750 240 36 8640 0.00 16.30 587 0.1 1 1361 Signal Illum Flare COMET (See 1362) 0 10 1 22 G 0.03000 60 12 720 0.00 44.20 530 0.0 1 1362 Flare Para Hand Fired C7 334 10 1 34 G 0.03000 24 24 576 0.58 44.20 1,061 615.1 1 1370 Flare Surface Trip C6 2,881 10 2,881 Onetime Item 1 34 G 0.14400 50 24 1200 2.40 31.40 754 1,809.3 1 1380 Thunderflash C1A1 0 1 33 G 0.00350 100 30 3000 0.00 8.50 255 0.0 1 1390 Simulator Projectile GB C1A1 1 10 1 1 22 G 0.05000 50 16 800 0.00 10.50 168 0.2 1 1391 Smoke Generator Orange 73,082 10 73,082 1 4 G 0.00650 240 18 4320 16.92 31.00 558 9,439.8 1 1420 Signal Illum Red 201G (MBA) 563 47 installed life 1 34 G 0.00500 1400 8 11200 0.05 45.18 361 18.2 1 1421 Ctge Signal 16mm Red No.1 MK 3 (EA) 6,841 570 installed life 1 4 G 0.00475 800 1 800 8.55 26.00 26 222.3 1 1430 Signal Illum Green 201G (MBA) 96 8 installed life 1 34 G 0.00500 1400 8 11200 0.01 45.18 361 3.1 1 1431 Ctge Signal 16mm Green No. 1 MK 3 (EA) 0 1 4 G 0.00475 800 1 800 0.00 26.00 26 0.0 1 1440 Signal Illum W 201G (MBA) 0 1 34 G 0.00500 1400 8 11200 0.00 45.18 361 0.0 1 1530 Smk Pot Orange 3 Min 1 0 1 34 G 0.35000 20 30 600 0.00 12.20 366 0.6 1 1531 Smk Pot W 3/5 Min 12 1 1 4 G 0.35000 20 30 600 0.02 12.20 366 7.3 1 1550 Smk Pot W 15 Min 2 0 1 34 G 15.20000 2 20 40 0.05 12.20 244 12.2 1 1690 Charge Expl Trg 0 1 4 G 0.00120 240 46 11040 0.00 9.09 418 0.0 1 1921 Fuzee R/R 10-30Min 375 31 1 4 S 0.16060 72 45 3240 0.12 30 1,350 156.3 1 3570 Smk Pot 1 Min 0 1 4 G 0.02500 300 0 18.5 0 1 3580 Signal Smk Marine Orange 364 10 364 Onetime Item 1 4 G 0.32400 12 30 360 1.01 12.00 360 364.0 1 3690 Signal Illum Hand Flare Pin Point Red Mk7 3,773 314 installed life 1 4 G 0.06100 100 18 1800 2.10 7.00 126 264.1 1 3730 Signal Illum RadaFlare MK3 Red 1,557 130 installed life 1 4 G 0.15000 48 18 864 1.80 20.80 374 674.7 1 3731 Signal Smk & Illum Yellow MK121 2,782 232 installed life 1 34 G 0.81600 4 21 84 33.12 16.30 342 11,336.7

This Document RDIMS File 3407631

Attachment O - 24/39 Attachment O Group O - Pyrotechnics to Appendix B4 To Annex B, SOW - Full Demil Dated 31 December 2013

Inventory as of 31-Dec-13

Demil Requirement Est Recurring Onetime Event at 10% of Mandatory inventory less (1) One Time Event HCC NEQ Box Boxes per Qty per Total Wt Wt Total Wt Desired (2) LOG Nomenclature Qty Qty Qty Remarks Ea Qty Pallet Pallets Pallets Box Pallet Kg 1 3740 Signal Diver Recall Sound 69 6 1 33 G 0.00350 50 45 2250 0.03 10.80 486 14.9 1 3791 Signal Smk & Illum MK140 Red 0 1 34 G 0.32600 6 12 72 0.00 10.80 130 0.0 1 3795 Signal Illum Submarine Launched D4A2 red 30 3 1 4 G 0.70000 6 12 72 0.42 31.00 372 155.0 1 3821 Signal Smk & Illum Green MK 117 1,800 1,800 one time disposal 134G 0.81600 4 21 84 21.43 21.00 441 9,450.0 1 4290 Marker Man Overboard Series III 63 5 1 4 G 1.72000 2 25 50 1.26 11.00 275 346.5 1 5300 Signal Illum 1.5 Red Pistol (38mm) 1,242 104 installed life 1 34 G 0.03600 100 40 4000 0.31 16.00 640 198.7 1 5301 Signal Illum 1.5 Green Pistol (38mm) 1,063 89 installed life 1 34 G 0.03600 100 40 4000 0.27 10.90 436 115.9 1 5302 Signal Illum 1.5 Yellow Pistol (38mm) 668 56 installed life 1 34 G 0.03600 100 40 4000 0.17 24.30 972 162.3 1 5305 Ctge C1 Orange 0 1 4 G 0.00360 50 68 3400 0.00 13.61 925 0.0 1 5306 Ctge C2 W 219 0 219 Onetime Item 1 4 G 0.00360 50 50 2500 0.09 13.72 686 60.1 1 5310 Signal Smk A/C Orange C7 0 1 4 G 0.41000 3 50 150 0.00 4.82 241 0.0 1 5311 Signal Smk A/C Orange C8 0 1 4 G 1.81440 2 30 60 0.00 25.00 750 0.0 1 5320 Signal Distress Day/Night No.1 MK 4 3,145 262 installed life 1 4 G 0.09000 120 30 3600 0.87 34.00 1,020 891.1 1 5327 Signal Illum 19mm Red 1,529 127 installed life 1 34 G 0.00800 1000 20 20000 0.08 30.00 600 45.9 1 5328 Signal Illum 19mm Green 973 81 installed life 1 34 G 0.00800 1000 20 20000 0.05 30.00 600 29.2 1 7071 Smoke Pot tracer smoke Para Red 3,241 3,241 one time disposal 1 34 G 0.20000 20 12 240 13.50 17.78 213 2,881.2 1 0001 Ctge Illum 1" L3A2 36 3 installed life 1 4 G 0.01200 12 12 144 0.25 1.00 12 3.0 1 0001 Ctge Illum 1" Red L5A2 0 0 installed life 1 4 G 0.01200 12 12 144 0.00 1.00 12 0.0 1 0001 Ctge Illum 1"Green L4A2 0 0 installed life 1 4 G 0.02600 12 12 144 0.00 1.00 12 0.0 1 0001 Flare Hand Pin Point Red 6 point 0 amnesty 1 4 G 0.12000 10 24 240 0.00 4.20 101 0.0 1 0001 Flare Hand Red (Commercial) 494 41 amnesty 1 34 G 0.12000 218 20 4360 0.11 44.00 880 99.7 1 0001 Flare Set Aircraft Rocket Launcher 0 amnesty 1 34 G 0.12000 6 12 72 0.00 50.00 600 0.0 1 0001 Flare twin Star Red XLT (commercial) 0 amnesty 1 4 G 0.00530 20 72 1440 0.00 4.00 288 0.0 1 0001 Float Signal Submerged MK 3 Mod 0 0 amnesty 1 22 D 0.01710 8 12 96 0.00 10.00 120 0.0 1 0001 Rocket Assy speedline 250 0 amnesty 1 4 G 0.75000 6 12 72 0.00 7.20 86 0.0 1 0001 Signal Distress Day and night No. 1 Mk 4 0 1 4 G 0.01710 4 144 576 0.00 2.00 288 0.0 1 0001 Signal Distress Daylight Lifesmoke my 2 0 1 4 G 0.35000 20 24 480 0.00 2.00 48 0.0 1 0001 Signal Illum Grenade Red No. 65 MK N3 0 0 1 22 G 0.01710 25 12 300 0.00 10 120 0.0 1 0001 Signal Kit Personnel Distress Green Miniflare 3 10 1 1 1 33 G 0.04000 117 72 8424 0.00 10 720 0.9 1 0001 Signal Rocket Red Parachute (Commercial) 211 0 211 amnesty 1 4 G 0.06400 20 24 480 0.44 10.00 240 105.5 1 0001 Signal smoke & Illum Mk 13 Mod 0 0 0 1 4 G 0.09300 10 24 240 0.00 3.50 84 0.0 1 0001 Signal Smoke and Illum Marine Mk118 Mod 0 yellow 0 one time disposal 1 34 G 0.39549 40 21 840 0.00 26.00 546 0.0 1 0001 Signal Smoke and Illum Mk117 0 0 one time disposal 1 34 G 0.01710 4 26 104 0.00 27.00 702 0.0 1 0001 Signal Smoke Orange (Commercial) 0 amnesty 1 4 S 0.20000 6 24 144 0.00 8.00 192 0.0 1 0001 Signal smoke White MK N6 Mod 2/3 0 0 1 22 G 0.01710 4 12 48 0.00 26.00 312 0.0 1 0001 Signal smoke White MK N7 Mod 2/3 0 0 1 22 G 0.01710 4 12 48 0.00 25.84 310 0.0 1 0001 Smoke Canister HC from 76mm 16,374 16,374 one time disposal 1 33 G 0.456 3 48 144 113.71 13.50 648 73,683.0 1 0001 Smoke Pot Ground White 1.25 min 0 0 1 34 G 0.01710 120 18 2160 0.00 37.20 670 0.0 1 0001 Smoke Signal Orange 3 min/4min 97 8 amnesty 1 33 G 0.32500 6 24 144 0.67 8.00 192 129.3 1 0001 Speed line 250 0 amnesty 1 34 G 0.16200 6 12 72 0.00 7.20 86 0.0 Total 242,226 2,259 215,837 Total Pal Qty284.18 Total Wt KG 147,255.9

This Document RDIMS File 3407631

Attachment O - 25/39 Attachment P Group P - Decoy Devices to Appendix B4 To Annex B, SOW - Full Demil Dated 31 December 2013 Inventory as of 31-Dec-13

Demil Requirement Est Recurring Onetime Event at 10% of Mandatory inventory less One (1) Time Event HCC NEQ Box Boxes per Qty per Total Wt Wt Total Wt Desired (2) LOG Nomenclature Qty Qty Qty Remarks Ea Qty Pallet Pallets Pallets Box Pallet Kg 1 3230 Chaff Decoy (Shield) P8 MK1 C16 28 2 1 22 C 2.25000 6 4 24 1.17 155 620 723.33 1 3232 IR Decoy (Shield) P6 MK 1 Model C17 1 1 1 21 G 0.97000 6 4 24 0.04 155 620 25.83 1 3234 Shield Practice C20 6 1 22 C 2.25000 6 4 24 0.25 155 620 155.00 1 3240 Ctge Electronic Decoy MK 234 (NULKA) 0 1 33 C 16.00000 1 1 1 148 0.00 1 3241 Ctge Electronic Decoy MK 234 Mod 4(NULKA) 1 1 33 C 16.00000 1 1 1 148 0.00 1 3260 Rocket Chaff 130mm (SRBOC) MK 182 0 1 4 S 0.08000 1 24 24 0.00 22.68 544 0.00 1 3261 Rocket Chaff 130mm (SEAGNAT) MK214 1 0 1 4 S 0.12400 1 24 24 0.04 28.20 677 28.20 1 3265 Rocket Practice 130mm (SRBOC) MK193 0 1 4 S 0.03400 1 24 24 0.00 22.68 544 0.00 1 5330 Flare LUU 2 series 12 1 33 G 9.98000 21 140 2940 0.00 21.00 2,940 12.00 1 5331 Flare IR Decoy MJU 32/B 2,040 170 1 33 G 0.19880 21 140 2940 0.69 21.00 2,940 2,040.00 1 5332 Flare Infrared Countermeasures MJU-10/B 0 34 G 0.91000 24 18 432 0.00 36.30 653 0.00 1 5333 Flare C/M MJU 27A/B, ASD3627 753 63 4 2 G 0.00000 60 24 1440 0.52 30.15 724 378.38 1 5334 Flare decoy IR MJU-5188/B Pyrophoric 0 20 1 33 L 0.00028 36 36 1296 0.00 15.90 572 0.00 1 5335 Flare IR Decoy MJU38/B, KC-38 & ARM-001 10,368 864 1 34 G 0.19500 168 36 6048 1.71 81.36 2,929 5,021.07 1 5338 Flare Decoy IR MJU-5130/B Pyrophoric 0 1 33 L 0.00028 36 36 1296 0.00 15.90 572 0.00 1 5339 Flare infrared Countermeasures MJU-17A/BB 0 1 33 G 0.28500 60 18 1080 0.00 36.3 653 0.00 1 5344 Chaff C/M RR-144AL, RR-144A/AL 0 X 0 0 0.00 1 5345 Chaff C/M RR-144AL 0 X 240 8 1920 0.00 53.50 428 0.00 1 5346 Chaff C/M RR-129AL, RR-129A/AL 294 25 X 240 8 1920 0.15 53.50 428 65.54 1 5347 Chaff C/M RR-129AL, RR-129A/AL harden case 0 X 240 8 1920 0.00 53.50 428 0.00 1 5356 Flare IR Countermeasure MJU -53/B 0 1 33 G 0.25200 60 18 1080 0.00 37 666 0.00 1 5357 Flare IR Countermeasure MJU -62/B 317 26 1 33 G 0.30400 60 18 1080 0.29 38.2 688 201.82 1 5358 Decoy IR CM MJU 50/B 870 73 4 2 X 0.00000 60 18 1080 0.81 38.2 688 553.90 1 5359 Decoy IR CM MJU 51 A/B 433 36 4 2 X 0.00000 60 18 1080 0.40 38.2 688 275.68 1 5372 Flare IR decoy M212 50 4 1 33 G 0.10980 34 18 612 0.08 0 0.00 1 5380 Flare Countermeasure DSTL 73 115 10 1 33 G 0.09000 120 27 3240 0.04 0 0.00 1 5382 Flare Countermeasure No 118 Mk 3 DSTL 22 156 13 1 33 G 0.09 120 27 3240 0.05 0 0.00 1 5383 Flare Countermeasure No 218Mk43 DSTL 22 115 10 1 33 G 0.09 120 27 3240 0.04 0 0.00 Total 15,531 1,315 0 Total Pal Qty 6.29Total Wt KG 9,480.76

This Document RDIMS File 3407631

Attachment P - 39/39 Attachment Q Group Q -Naval to Appendix B4 To Annex B, SOW - Full Demil Dated 31 December 2013

Inventory as of 31-Dec-13

Demil Requirement Est Recurring Onetime Event at 10% of inventory less Mandatory (1) One Time Event HCC NEQ Box Boxes per Qty per Total Wt Wt Total Wt Desired (2) LOG Nomenclature Qty Qty Qty Remarks Ea Qty Pallet Pallets Pallets Box Pallet Kg 1 3092 DM211 Depth Charge 0 0 1 1 D 0.50930 15 3 45 0.00 87.00 261 0.00 1 3540 Signal Sound Marine MK NC1 All Mods 2,823 235 1 22 D 0.02000 10 72 720 3.92 8.39 604 2,368.50 1 4040 Expl Valve 0 1 4 S 0.00163 0 0.00 1 4300 Ctge Saluting Blank C128 (50 Cal C67) 0 1 4 G 1.72000 2 25 50 0.00 11.00 275 0.00 1 4301 Ctge 6 PDR Blank MK 1 0 1 4 C 0.00518 192 27 5184 0.00 20.41 551 0.00 1 4303 Ctge 12 PDR Blank 4 oz Gun Powder 0 1 1 C 0.43325 3 54 162 0.00 9.21 497 0.00 1 5260 Signal Underwater Sound Mk401 or Mk 411 1 0 1 22 D 0.02750 4 30 120 0.01 15.60 468 3.90 2 0001 False Target submarine Decoy Mk2 Mod 1 0 0 DT 2014 134L 2.09000 2 72 144 0.00 24.00 1,728 0.00 total 2,824 235 0 Total Pal Qty 3.93Total Wt KG 2,372.40

This Document RDIMS File 3407631

Attachment Q - 27/39 Attachment R Group R - Chemical Munitions to Appendix B4 To Annex B, SOW - Full Demil Dated 31 December 2013 Inventory as of 31-Dec-13

Onetime Demil Requirement Est Recurring Event at 10% of Mandatory inventory less (1) One Time Event HCC NEQ Box Boxes per Qty per Total Wt Wt Total Wt Desired (2) LOG Nomenclature Qty Qty Qty Remarks Ea Qty Pallet Pallets Pallets Box Pallet Kg 1 0290 Ctge 60mm WP C157 w/fuze PDM93 2 1 1 22 H 0.05000 4 60 240 0.008 10.80 648 0.185 1 0330 Ctge 81mm Smk RP 6 1 1 33 G 0.15240 3 64 192 0.031 15.70 822 0.382 1 0630 Ctge 105mm Smk WP HOW 0 1 21 H 3.22660 2 20 40 0.000 49.80 905 0.000 1 0745 Projectile 155mm Smk WP M825A1 0 1 33 H 0.07375 8 3 24 0.000 390.00 1,191 0.000 1 1060 Ctge 105mm Smk WP TK M 0 2 0 1 21 H 5.61000 2 15 30 0.000 63.61 1,908 0.000 1 1220 Grenade Smk 76mm RP 0 1 34 G 0.91000 25 20 500 0.000 42.20 21,100 0.000 1 1240 Grenade Discharger Smk 66mm RP 34,935 34,935 one time disposal 1 4 G 0.49000 5 72 360 97.04 20.00 1,440 139,740.00 1 1270 Grenade Riot CS No. 518 4,234 353 6 1 G 0.00100 24 36 864 4.90 14.00 504 2,469.83 1 1470 Ctge 38 mm SPEDEHETE, CS (Chemical Irritant) 9,906 9,906 one time disposal 14G 0.05050 26 45 1170 8.47 15.00 675 5,715.00 1 1480 Ctge 38 mm FLITERITE, CS (Chemical Irritant) 5,805 5,805 one time disposal 14G 0.08800 20 64 1280 4.54 16.00 1,024 4,644.00 1 1500 Capsules CS (Chemical Irritant) 838 1 837 one time disposal 61G 0.00000 2500 24 60000 0.01 17.00 408 5.70 1 1510 Simulator Chemical GB C8 (Chemical Irritant) 014G 0.00333 18.00 0.00 1 1520 Simulator Chemical Airburst SC-310 (Chemical Irritant) 014G 0.03230 24 35 840 0.00 19.00 665 0.00 1 3810 Marker Location Marine Mk 28 Mod 0 435 36 1 34 G 0.00750 5 12 60 7.25 20.00 240 1,740.00 1 5181 Warhead 2.75inch Rocket Smoke WP M156 with fuze M427 2,476 2,476 one time disposal 1 21 H 0.56700 4 25 100 24.76 22.00 550 13,618.00 1 5280 Marker Loc Marine C2 Series RP 759 63 1 34 G 0.76000 3 80 240 3.16 24.00 1,920 6,072.00 1 5290 Marker Loc Marine MK58 RP 180 15 1 34 G 2.19700 2 30 60 3.00 25.00 750 2,250.00 Total 59,576 116 53,959 Total Pal Qty 153.17Total Wt KG 176,255.10

This Document RDIMS File 3407631

Attachment R - 28/39 Attachment S Group S - Mines to Appendix B4 to Annex B, SOW - Full Demil Dated 31 December 2013 Inventory as of 31-Dec-13

Demil Requiremnt Est Recurring Onetime Event at 10% of Mandatory inventory less (1) One Time HCC NEQ Box Boxes per Qty per Total Wt Wt Total Wt Desired (2) LOG Nomenclature Qty Qty Qty Remarks Ea Qty Pallet Pallets Pallets Box Pallet Kg 2 1310 Mine A/P C3A1 Expl ELSIE 0 1 1 D 0.00740 96 27 2592 0.000 20.00 540 0.000 2 1340 Defence Weapon System C19 0 1 1 D 0.68300 6 36 216 0.000 24.10 822 0.000 2 1341 Body Defence Weapon System 0 1 1 D 0.68131 20 22 440 0.000 24.10 905 0.000 2 1345 Mine AT DM21 0 1 1 D 5.20000 4 14 56 0.000 0 2 1347 Mine Off-Route 0 0 1 21 E 1.16000 1 24 24 0.000 0 2 1355 Mine FFV028 0 0 1 1 D 3.78900 36 1 36 0.00 0 0.00 2 4310 Demolition Charge (Limpet Mine) 0 1 1 D 1.63000 24 36 864 0.00 14.00 504 0.00 2 4311 Firing Device (Limpet Mine) 0 0 1 4 S 0.00046 1 7.27 0.00 2 4312 Safe and Arming Device (Limpet Mine) 0 0 1 4 S 0.00640 20 24 22.20 603 0.00 total 0 0 0 Total Pal Qty 0.00Total Wt KG 0.00

This Document RDIMS File 3407631

Attachment S - 29/39 Attachment T Group T - Batteries (with or without Igniters) to Appendix B4 to Annex B, SOW - Full Demil Dated31 December 2013 Inventory as of 31-Dec-13

Demil Requirment Est Recurring Onetime Event at 10% of Mandatory inventory less (1) One Time Event HCC NEQ Box Boxes per Qty per Total Wt Wt Total Wt Desired (2) LOG Nomenclature Qty Qty Qty Remarks Ea Qty Pallet Pallets Pallets Box Pallet Kg 2 Therimal Battery Size 344 0 96 27 2592 0.133 20.00 540 17.200 2 Therimal Battery Size 344 0 96 27 2592 0.133 20.00 540 17.200

total 688 0 0 Total Pal Qty0.27 Total Wt KG 34.40

This Document RDIMS File 3407631

Attachment T - 30/39 Attachment U Group U -Munitions Scrap to Appendix B4 To Annex B, SOW - Full Demil Dated 31 December 2013

Inventory as of 31-Dec-13

Demil Requirment Est Recurring Onetime Event at 10% of Mandatory inventory less (1) One Time Event HCC NEQ Box Boxes per Qty per Total Wt Wt Total Wt Desired (2) LOG Nomenclature Qty Qty Qty Remarks KG Qty Pallet Pallets Pallets Box Pallet Kg Est 50 to 60M ton on the ranges, Reqr thermal treatment and 1 2300 Range scrap 3,431,491 285,958 0 mutilation 1 4 S 1 Per Crate 1 1500 1500 2287.661 1,500.00 1,500 3431491.000 Reqr thermal treatment for AP and to be Hazmat bagged for 1 2303 Expended CRV 7 Rkt Motors 499 Asbestos and final disposal X 0 1 90 90 90.000 1.00 5.5 Reqr thermal treatment and 1 2303 Initiator Cartridge Actuated JAU-22B (fired) 4,032 mutilationl 1 4 S 1 Per Crate 100 18 1800 2.240 50.00 900 2,016.0 1 0001 Projectile 3" 50 cal Inert 90 90 Reqr Mutilation X 0 8 24 192 0.469 45.00 1,080 506.250 1 0001 Projectile 3"50 Cal BL&P 0 Reqr Mutilation X 0 8 24 192 0.000 45.00 1,080 0.000 1 0001 Projectile 3"50 cal Non-Frag 0 Reqr Mutilation X 0 8 24 192 0.000 45.00 1,080 0.000 1 0001 Projectile 3"70 cal BL&P 827 827 Reqr Mutilation X 0 8 24 192 4.307 45.00 1,080 4651.875 1 0001 Projectile 3"70 cal Non-Frag 1,743 1,743 Reqr Mutilation X 0 8 24 192 9.078 45.00 1,080 9804.375 1 0001 Projectile 3"70 cal PRAP C25 719 719 Reqr Mutilation X 0 8 24 192 3.745 45.00 1,080 4044.375 1 0001 Projectile 3"70 Inert 22075 0 22,075 Reqr Mutilation X 0 8 24 192 114.974 45.00 1,080 124171.875 1 0001 Projectile 57mm BL&P 0 0 0 Reqr Mutilation X 0 8 24 192 0.000 45.00 1,080 0.000 1 0001 Projectile 76mm SH-P Inert 15809 15,809 Reqr Mutilation X 0 8 24 192 82.339 45.00 1,080 88925.625 1 0001 Projectile 76mm/62 Cal TRAP C125 5 0 5 Reqr Mutilation X 0 8 24 192 0.026 45.00 1,080 28.125 total 3,477,290 285,958 41,268 Total Pal Qty 2,594.84Total Wt KG 3,665,645.04

This Document RDIMS 3407631

Attachment U - 31/39 Attachment V Group V - Not Utilized to Appendix B4 To Annex B, SOW - Full Demil Dated 31 December 2013 Inventory as of 31-Dec-13

Demil Requirment Est Recurring Onetime Event at 10% of Mandatory inventory less (1) One Time Event HCC NEQ Box Boxes per Qty per Total Wt Wt Total Wt Desired (2) LOG Nomenclature Qty Qty Qty Remarks Ea Qty Pallet Pallets Pallets Box Pallet Kg 2 2300 Not Utilized 0

total 0 00 Total Pal Qty 0.00Total Wt KG 0.00

This Document RDIMS 3407631

Attachment V - 32/39 Attachment W Group W - Inert, Dummy Trg Aids to Appendix B4 To Annex B, SOW - Full Demil Dated 31 Decemberr 2013 Inventory as of 31-Dec-13

Demil Requirment Est Recurring Onetime Event at 10% of Mandatory inventory less (1) One Time Event HCC NEQ Box Boxes per Qty per Total Wt Wt Total Wt Desired (2) LOG Nomenclature Qty Qty Qty Remarks Ea Qty Pallet Pallets Pallets Box Pallet Kg 1 1582 Dummy Cap Blasting Non Electric C2 26 0 X 0 0 1 1584 Dummy Cap blasting Electric C1 496 0 X 0 500 4 2000 0.248 11.10 11.0 1 1592 Dummy Charge Demo Block C9 1.25 lbs 123 0 X 0 0 1 1711 Dummy Blasting Fuse Time C9 75 0 X 0 0 1 3891 Case Charge Demolition C17 0 X000 1 5073 Cup Support 0 X 0 300 32 9600 0.00 25 800 0.0 1 5075 Fin MK15 Mod4 for MK82 1 1 X 0 1 5076 Conical Fin for MK 82 0 0 X 0 1 5080 Airfoil Gp BSU-84A/B 0 0 X 0 1 5081 Bomb 500LB BDU-45/B MK82 0 0 X 0 1 5082 Bomb 500LB BDU-50/B MK82 Practcse 2 2 X 01660.333 234.32 468.6 1 5083 Bomb BLU-109(D-1)/B 0 0 X 0 1 5084 Fin Conical for MK 83 0 0 X 0 1 5086 Bomb MK 83 Mod 4 Inert 0 0 X 0 1 5087 Bomb Body Inert MK 84 0 0 X 0 1 5091 Initiator, Bomb Fuze, FZU-48/B 5 1 X0 0 1 5092 Fins, Conical for MK 84 0 0 X 0 1 5095 Lanyard, Initiator FZU-61/B 0 X0 0 1 5096 Dispenser & Bomb A/C CBU mk 20 Mod 6 Dummy Inert filled 0 0 X 0 1 5099 Fin Asembly Bomb Conical MXU-650/B Air Foil Group 1 1 1 X 0 1 5121 Bomb practice Mod High Drag BDU 5003/B MOD 1 0 X 0 6 20 120 0.000 19.19 0.0 1 5131 Bomb PRAC BDU 5002/B(LD) 4 4 X 0 6 20 120 0.033 19.19 12.8 1 5261 Signal Underwater Sound Mk84 Mod 1 124 10 X 0 4 30 120 1.03 15.60 468 483.6 1 5404 Airfoil Group (Fin Assy) for GBU 10s 0 X 0 1 2 131.80 283 283.0 1 5405 Switch Arming Safety Mk122 Mod 0 3 0 X 0 45 18 810 0.00 18.50 950 1.2 1 6005 Catapult A/C Ejection Seat 0 X 0 1 16 16 0.00 18.50 907 0.0 1 6006 Catapult A/C Ejection Seat 0 X 0 1 16 16 0.00 18.50 907 0.0 1 6018 Release Propellant Actuated 58 5 X 0 1 12 12 0.00 4.00 970 232.0 1 6019 Ejector Ctge Actuated Droque Parachute 55 5 X 0 1 12 12 0.00 3.00 970 165.0 1 6021 Sequencer Explosive Actuated 0 X 0 4 24 96 0.00 3.00 1,155 0.0 1 6044 Initiator Ctge Actuated 3 0 X 0 1 96 96 0.03 0.50 660 1.5 1 6045 Initiator Ctge Actuated MBEU 69550 3 0 X 0 1 96 96 0.03 0.50 660 1.5 1 6051 Initiator Assy PN MBEU 69227-1 3 0 X 0 1 12 12 0.25 6.00 72 18.0 1 6065 Release Propellant Actuated M1A1 0 X 0 100 12 1200 0.00 7.00 1,005 0.0 1 6068 Thruster Ctge Actuated 2715100-2 0 X 0 12 32 384 0.00 25.00 938 0.0 1 6070 Thruster Ctge Actuated W/O Cartridge 82 7 X 0 1 32 32 2.56 2.70 938 221.4 1 6203 Static Line Assembly Initiator Ctge Actuated MBEU 66095 11 X 0 1 6299 Ctge Set Inert P/N MBEU 69738 (Set 2 Cans) 0 X 0 24 96 2304 0.00 30.00 2880 0.0 1 7010 Body Assy for grenade hand Practise delay M69 10 0 X 0 30 24 720 0.014 22.7 7.6

This document RDIMS File 3407631

Attachment W - 33/39 Attachment W Group W - Inert, Dummy Trg Aids to Appendix B4 To Annex B, SOW - Full Demil Dated 31 Decemberr 2013 Demil Requirment Est Recurring Onetime Event at 10% of Mandatory inventory less (1) One Time Event HCC NEQ Box Boxes per Qty per Total Wt Wt Total Wt Desired (2) LOG Nomenclature Qty Qty Qty Remarks Ea Qty Pallet Pallets Pallets Box Pallet Kg 1 7020 Body Assembly Mine A/P Practice 55 X 0 24 94 2256 0.024 8 18.3 1 7030 Defence Comd Det Wpn Practice C19 18 0 X 0 8 50 400 0.045 15 33.8 1 7032 Firing device AP Mine M57 0X0 0 1 7050 Launcher Practice Rocket C3 2 X 0 1 7058 Retainer Fuze for Mine AP practice m18) 0X0 0 1 7067 Float Underwater Mine Mk 17 Mod 0 11 X 0 1 7068 Fitting Explosive Mk 19 Mod 1 120 X 0 1 7074 Trg mine and fuze set # 2 Warsaw pack 4 0 X 01550.800 40.00 160.0 1 7080 mine Trg kit 0X0 0 1 7211 Ohmmeter Safety 1 X 0 1 7216 Piliers EOD dual Crimp 10 X 0 10 15 150 0.067 2.00 2.0 1 7500 Dummy Ctge 5.56mm C80 Clipped 5800 0 X 0 1740 36 62640 0.093 30.50 101.7 1 7504 Display Ctge 81mm C70A1HE w/empty fuze DM111A4 1 0 X 0 0 1 7505 Display Cartridge 81mm C70A1 X 0 3 64 192 0.000 15.7 0.0 1 7507 Dummy Launcher 66mm Rocket C2 0r c4 133 133 X 0 5 9 45 2.956 15.1 401.7 1 7508 Dummy 84mm C59 13 0 X 0 2 108 216 0.060 34.00 221.0 1 7513 Dummy Ctge 7.62mm 752 0 X 0 800 40 32000 0.024 35.29 33.2 1 7514 Dummy Ctge 9mm 85 0 X 0 960 72 69120 0.001 15.00 1.3 1 7515 inspection Ctge 7.62mm C8 300 0 X 0 800 40 32000 0.009 35.29 13.2 1 7516 Inspection 9mm Mk1 185 X 0 1 7517 Dummy 50 cal 202 0 X 0 96 27 2592 0.078 13 27.4 1 7519 Dummy Cartridge 303 cal X 0 95 27 2565 0.000 13 0.0 1 7546 Dummy Mine C6 w/Dummy Fuze C22 32 X 0 1 7553 Dummy Mine A/P c10 2 0 X 0 2 36 72 0.028 15 15.0 1 7554 Dummy Mine A/T C9 X 0 4 15 60 0.000 46.3 0.0 1 7555 Dummy Mine C11 1 0 X 0 4 15 60 0.017 46.3 11.6 1 7557 Dummy Mine AT C13 X 0 4 15 60 0.000 46.3 0.0 1 7559 Dummy Guided Missile TOW X0 1 7560 Dummy Guided Missile ADATS X 01330.000 241 0.0 1 7566 Dummy Grenade hand C7 31 0 X 0 30 24 720 0.043 22.7 23.5 1 7570 Display Simulator Projectile Ground burst C1A1 0X0 0 1 7575 Dummy Grenade C9 (Rep C1A1 HC SMK) 0X0 0 1 7576 Dummy Grenade C10 (Rep C8 Smk) 0X0 0 1 7582 Display Signal Distress Day/Night No. 1 MK 3 0X0 0 1 7594 Dummy Ctge 40mm LV 14 X 0 1 7595 Mine Trg Inert C18 X0 1 7596 Display Thunderflash 0X0 0 1 8512 Dummy Cartridge 40mm Mk 4 Mod 0 24 X 0 16 18 288 0.083 50 75.0 1 9503 Dispenser & Bomb A/CCBU Mk 20 Mod 3 INERT X 02120.000 670 0.0

This document RDIMS File 3407631

Attachment W - 34/39 Attachment W Group W - Inert, Dummy Trg Aids to Appendix B4 To Annex B, SOW - Full Demil Dated 31 Decemberr 2013 Demil Requirment Est Recurring Onetime Event at 10% of Mandatory inventory less (1) One Time Event HCC NEQ Box Boxes per Qty per Total Wt Wt Total Wt Desired (2) LOG Nomenclature Qty Qty Qty Remarks Ea Qty Pallet Pallets Pallets Box Pallet Kg 1 9511 Adapter Booster Empty T45E7 Nose Type X 0 11 5 55 0.000 28.2 0.0 1 9520 Dummy 20mm M51A 5194 0 X 0 250 12 3000 1.731 75 1,558.2 1 9522 Dummy 20mm Plastic Body C133 Orange 0 X 0 250 12 3000 0.000 75 0.0 1 9522 Dummy 20mm Plastic Body C145 0 X 0 250 12 3000 0.000 75 0.0 1 0001 Display Charge Propelling M241 0X0 0 1 0001 Display Fuze MTSQ M500A1 0 X 0 8 36 288 0.000 8 0.0 1 0001 Dummy 76mm Solid Nose 3 3 X 0 1 0001 Dummy Cartridge 3"70 Cal Cycling 88 88 X 0 1 33 33 2.667 25.3 2,226.4 1 0001 Dummy Cartridge 57mm 8 8 X 0 1 0001 Dummy Cartridge 76mm Mk 197 8 X 0 1 0001 Dummy Cartridge C124 2 X 0 1 0001 Dummy Charge Demo Block 0.5lbs C19 Plasticine 1,497 X 0 1 0001 Dummy Charge Propelling 155mm M241 0X0 0 1 0001 Dummy charge propelling 155mm M242 0X0 0 1 0001 Dummy Ctge 105mm APFSDS-T M428 1 1 X 0 2 10 20 0.050 65 32.5 1 0001 Dummy Eryx Launch Tubes X 01440.000 2 0.0 1 0001 Dummy Flare Aircraft C5 0X0 0 1 0001 Dummy Marker Location Marine 0X0 0 1 0001 Dummy Mine A/T M19 5 X 0 1 0001 Dummy Mine A/T Metallic DM 50 w dummy Fuze DM20 0 X 0 0 1 0001 Dummy Rocket 21mm 7 7 X 0 72 12 864 0.008 24 2.3 1 0001 Inert Anti-Submarine Projectile NC 10 1 1 X 01111.000 500 500.0 1 0001 Initiator Cartridge Actuated M32A1 Disassembled 0 X 0 20 20 400 0.00 3.00 60 0.0 1 0001 Launcher 66mm M72 SC5 23 23 X 0 0 1 0001 Ohmmeter Safety X 0 1 54 54 0.000 1.5 0.0 1 0001 Switch Pressure PN 6011300 Ejection Seat CF18 0 X01 1 0001 Test set Electrical M40 0X0 0 1 0001 Weight Simulator Guided missile 531 X 0 total 16,249 29 16,278 Total Pal Qty 14Total Wt KG 7,365.2

This document RDIMS File 3407631

Attachment W - 35/39 Attachment X Group X - Aids to Production to Appendix B4 Shipping Cntr's and Repack Materials To Annex B, SOW - Full Demil Dated 31 December 2013 Inventory as of 31-Dec-13

Demil Requirement Est Recurring Onetime Event at 10% of Mandatory inventory less One (1) Time Event HCC NEQ Box Boxes per Qty per Total Wt Wt Total Wt Desired (2) LOG Nomenclature Qty Qty Qty Remarks Ea Qty Pallet Pallets Pallets Box Pallet Kg 1 2308 Container Ammunition 105mm ER C123 Body 8 1 X 0 1 1 40 0.200 1.20 48 9.6 1 2308 Container Ammunition Plastic C115 0 X 0 1 42 42 0.000 2.40 101 0.0 1 2308 Container Ammunition Plastic C115A1 (84mm) 3852 321 X 0 1 42 42 91.714 2.40 101 220.1 1 2308 Container Ammunition Plastic C117 (105mm tank) 0 X 0 1 15 15 0.000 7.15 107 0.0 1 2308 Container Ammunition Plastic C118 (155mm Propelling charge) 0 X 0 1 15 15 0.000 6.10 92 0.0 1 2308 Container Ammunition Plastic C118A1 (155mm Propelling charge) 0 X 0 1 15 15 0.000 6.10 92 0.0 1 2308 Container Ammunition Plastic C119 (81mm) 336 28 X 0 1 64 64 5.250 2.12 136 11.1 1 2308 Container Ammunition Plastic C122 (81mm) 196 16 X 0 1 48 48 4.083 2.69 129 11.0 1 2308 Container Ammunition Plastic C124 (60mm) 1,134 95 X 0 1 60 60 18.900 1.75 105 33.1 1 2308 Container Ammunition Plastic C132 (84mm) 0 X 0 1 48 48 0.000 2.14 103 0.0 1 2308 Container Plastic C140 for (105mm) 6,794 566 X 0 1 96 96 70.771 15.00 1,440 1,061.6 1 2310 Container Ammunition C127 for 76mm/62 0 X 0 1 42 42 0.000 2.70 113 0.0 1 2310 Container Ammunition C127A1 for 76mm/62 0 X 0 1 42 42 0.000 2.70 113 0.0 1 2310 Container Ammunition Plastic C120 (57mm) 0 X 0 1 30 30 0.000 3.50 105 0.0 1 2310 Container Ammunition Plastic C120A1 (57mm) 0 X 0 1 30 30 0.000 3.50 105 0.0 1 2310 Container Plastic, Very Pistol and 12 signals 0 X 0 1 1 80 0.000 2.13 170 0.0 1 2311 Box Ammo Metal NC2 Mk1 0 X 0 1 96 96 0.000 1.60 154 0.0 1 2311 Box Ammo Metal NC3 Mk1 0 X 0 1 96 96 0.000 1.60 154 0.0 1 2312 Container Plastic, Marker Location Marine C143 1 0 X 0 1 1 80 0.013 2.13 170 2.1 1 2313 Container 120mm Canister PA171 0 0 X 0 25 24 600 0.000 1.25 750 0.0 1 2313 Shipping and storage Container 103A2 60 5 X 0 30 1 30 2.000 11.60 348 696.0 1 2313 Shipping and storage Container Appl MXU-667/B 0 0 X 06160.000 10.00 60 0.0 1 2313 Shipping and storage Container Bomb dispenser GBU-12 computer Gp 0 X 06160.000 10.00 60 0.0 1 2313 Shipping and storage Container CNU-300/E AIM-9 Missile 0 X 06160.000 50.00 300 0.0 1 2313 Shipping and storage Container Guided Missile Components 0 X 06160.000 10.00 60 0.0 1 2313 Shipping and storage Container Metal PA161 0 X 0 30 1 30 0.000 5.80 174 0.0 1 2313 Shipping and storage Container Mk 197 Mod 1 (torpedo) 0 X 06160.000 50.00 300 0.0 1 2313 Shipping and storage Container MXU 650-B Air Foil Group 30 3 X 06165.000 10.00 60 300.0 1 2313 Shipping and storage Container PA171 0 0 X 0 30 1 30 0.000 10.00 300 0.0 1 2315 Bandoleer C4 7 X 0 100 50 5000 0.001 20.00 100,000 2.8 1 2315 Box Assembly Feed C41 Black 5.56mm Ball 2138 X 0 192 1 192 11.135 2.50 480 5,345.0 1 2315 Box Assembly Feed C41 Green 5.56mm Ball 4359 X 0 192 1 192 22.703 2.50 480 10,897.5 1 2319 Container Ammunition Metal Cap Blasting electric No 12 0 0 X 0 2 20 40 0.000 7.15 286 0.0 1 2319 Container Ammunition Metal Cap Blasting electric No 6 0 0 X 0 25 24 600 0.000 1.25 750 0.0 1 2319 Container Ammunition Metal Cap Blasting Non electric No 12 0 0 X 0 25 24 600 0.000 1.25 750 0.0 1 2323 Pallet Bomb 1000lbs Mk 83 130 11 X 0 1 12 12 10.833 50.00 600 541.7 1 2323 Pallet Bomb mk79 mod 0 2000 lbs 0 X 0 1 12 12 0.000 50.00 600 0.0 1 2323 Pallet Bomb Steel MHU 149/E for MK 82 0 X 0 1 12 12 0.000 45.00 540 0.0 1 2323 Pallet Bomb Steel Mk 82 0 X 0 1 12 12 0.000 50.00 600 0.0

This Document RDIMS File 3407631

Attachment X - 36/39 Attachment X Group X - Aids to Production to Appendix B4 Shipping Cntr's and Repack Materials To Annex B, SOW - Full Demil Dated 31 December 2013 Demil Requirement Est Recurring Onetime Event at 10% of Mandatory inventory less One (1) Time Event HCC NEQ Box Boxes per Qty per Total Wt Wt Total Wt Desired (2) LOG Nomenclature Qty Qty Qty Remarks Ea Qty Pallet Pallets Pallets Box Pallet Kg 1 2323 Pallet for 155mm M795 projectiles 0 0 X 0 1 12 12 0.000 45.00 540 0.0 1 7300 Box Ammo Metal C42 or PA108 0 GSM X 0 60 1 60 0.000 2.10 126 0.0 1 7300 Box Ammo Metal M19A1 0 GSM X 0 172 1 172 0.000 1.60 275 0.0 1 7300 Box Ammo Metal M2A1 0 GSM X 0 100 1 100 0.000 1.20 120 0.0 1 7300 Box Ammo Metal M548 0 GSM X 0 1 36 36 0.000 3.00 108 0.0 1 7300 Box Ammo Metal NC1 Mk1 or NC17 Mk 1 for 40mm 0 GSM X 0 1 96 96 0.000 1.60 154 0.0 1 7300 Shipping and storage Container PA 125 0 X 0 42 1 42 0.000 2.00 84 0.0 1 0001 Box Ammo C190 Modified 0 0 GSM X 0 96 1 96 0.000 1.60 154 0.0 1 0001 Canister Guided Missile fired (Javelin) 9 X 01991.000 20.00 180 180.0 1 0001 Canister Guided Missile Fired Javelin 0 0 X 0 1 12 12 0.000 2.00 24 0.0 1 0001 Canister Missile MK 20 Mod 0 Launcher 11 X 011111.000 101.00 101 1,111.0 1 0001 Case Assembly Outer (Flare A/C LUU 2/A/B) 0 X 0 1 24 24 0.000 2.25 0.0 1 0001 Charger Ammunition 40mm Mk NC1 X 0 1500 1 1500 0.000 1.00 1,500 0.0 1 0001 Clip Ctge 35mm (for 7 rds) X 01110.000 1.00 1 0.0 1 0001 Container Ammunition Fibreglass Outer for Blowpipe 0 0 X 0 1 48 48 0.000 1.39 67 0.0 1 0001 Container Ammunition Outer for Javelin 0 0 X 01990.000 2.00 18 0.0 1 0001 Container ERYX Outer (Plastic) 92 8 X 018811.500 2.00 16 23.0 1 0001 Container Javelin field Handling (inner) 0 0 X 0 1 12 12 0.000 2.00 24 0.0 1 0001 Cushioning Pad Fibreboard (Cap Blasting Eclectic No 12) 0 0 X 0 1 20 20 0.000 11.00 220 0.0 1 0001 Launch Tube ADATS X 01110.000 100.00 100 0.0 1 0001 Launcher 66mm M72, SC5 19 X 0 7 9 63 0.302 0.50 32 9.5 1 0001 Launcher Tube Guided Missile Eryx 817 X 0 1 12 12 68.083 2.00 24 1,634.0 1 0001 Mouthpiece demolition X 0 135 1 135 0.000 10.00 1,350 0.0 1 0001 Shipping and Storage container (ADATS) Plywood 0 0 X 01110.000 200.00 200 0.0 19,993 1,053 334.489 22,089.1

This Document RDIMS File 3407631

Attachment X - 37/39 Attachment Y Group Y - Spent Brass and Steel Cartridge Cases to Appendix B4 To Annex B, SOW - Full Demil Dated 31 December 2013 Inventory as of 31-Dec-13

Demil Requirement Est Recurring Onetime Event at 10% of Mandatory inventory less One (1) Time Event HCC NEQ Box Boxes per Qty per Total Wt Wt Total Wt Desired (2) LOG Nomenclature Qty Qty Qty Remarks Ea Qty Pallet Pallets Pallets Box Pallet Kg 1 2304 Case Cartridge 105mm M14 Fired w/o Primer 5318 X 0 48 1 48 110.792 1.00 48 5,318.00 1 2304 Case Cartridge 105mm M15 Fired w/o Primer 536 X 0 450 1 450 1.191 1.00 450 536.00 1 2304 Case Cartridge 105mm Tank Brass Fired 1 X 0 72 1 72 0.014 1.50 108 1.50 1 2304 Case Cartridge 105mm Tank C4 Fired X 0 72 1 72 0.000 1.50 108 0.00 1 2304 Case Cartridge 12 PDR Blank X 0 198 1 198 0.000 2.00 396 0.00 1 2304 Case Cartridge 12 PDR Blank Modified X 0 198 1 198 0.000 2.00 396 0.00 1 2304 Case cartridge 120mm TK X0 1 2304 Case Cartridge 40mm Fired w/o Primer 2464 X 0 750 1 750 3.285 2.00 1,500 4,928.00 1 2304 Case Cartridge 76mm brass Fired w/o Primer 670 X 0 48 1 48 13.958 2.00 96 1,340.00 1 2304 Case Ctge 3"70 Call Steel X 0 48 1 48 0.000 1.00 48 0.00 1 2304 Case Ctge C11 57mm (fired Brass) 611 X 0 295 1 295 2.071 1.00 295 611.00 total 9,600 Total Pal Qty 131.312Total Wt KG 12,734.50

This Document RDIMS File 3407631

Attachment Y - 38/39 Attachment Z Group Z - Salvage to Appendix B4 To Annex B, SOW - Full Demil Dated 31 December 2013

Inventory as of 31-Dec-13

Demil Requirment Est Recurring Onetime Event at 10% of Mandatory inventory less (1) One Time Event HCC NEQ Box Boxes per Qty per Total Wt Wt Total Wt Desired (2) LOG Nomenclature Qty Qty Qty Remarks Ea Qty Pallet Pallets Pallets Box Pallet Kg 1 2398 Scrap Metal Non Metallic Plastic 20,115 Processed Pending Disposal sales X 0 1 1200 1200 16.763 1.00 1,200 20,115.0 1 2398 Scrap Contaminated Metal and Non Ferrous Metallic Material Class 314B 276 Processed Pending Disposal sales X 0 1 1200 1200 0.230 2.00 2,400 552.0 1 2399 Scrap Metal Contaminated Class 307B 29167 Processed Pending Disposal sales X 0 1 1200 1200 24.306 1.00 1,200 29,167.0 1 2399 Scrap Metal Ferrous Class 307A 21,901 Processed Pending Disposal sales X 0 1 1200 1200 18.251 1.00 1,200 21,901.0 1 2399 Scrap Metal Non Ferrous FFE Class 307 (Brass) 48,460 Processed Pending Disposal sales X 0 1 1200 1200 40.383 1.00 1,200 48,460.0 total 119,919 0 Total Pal Qty 99.933Total Wt KG 120,195.0

This Document RDIMS File 3407631

Attachment Z - 39/39 Appendix B5 To Annex B, SOW – Demil X-Ref RDIMS 3407415 Dated: 31 December 2013

The Crown’s Explosive Safety and Security Requirements

1. Explosive Safety

1.1 Lighting Protection

1.1.1 IAW Appendix B1 Refs I, J, and U. Lightning protection must be provided for structures and other areas used to store A&E and workshop type building were HERO may be affected and where there is a presence of exposed energetics.

1.2 Dissipation of Static Electricity

1.2.1 Eliminating or reducing the hazard from static electricity, IAW Appendix B1 Refs I, J, and V

1.3 EED Safety Precautions

1.3.1 IAW Appendix B1 Refs I and J

1.4 HERO Safety Requirements

1.4.1 IAW Appendix B1 Refs I and J

1.5 Grounding

1.5.1 IAW Appendix B1 Refs I and J

1.6 Conductive Floors

1.6.1 IAW Appendix B1 Refs I and J

1.7 Materials Sensitive to Static Spark Discharge

1.7.1 IAW Appendix B1 Refs I and J

1.8 Temporary Outdoor Storage

1.8.1 In the event that the Contractor needs to utilized temporary outdoor storage conditions IAW Appendix B1 Refs I and J:

1.8.1.1 Under lightning protection;

This document RDIMS File 3407506

Appendix B5 - 1/2 Appendix B5 To Annex B, SOW – Demil X-Ref RDIMS 3407415 Dated: 31 December 2013

1.8.1.2 For A&E temporary outside storage for:

1.8.1.2.1 Maximum of 7 days only, beyond 7 days must be approval from NRCan;

1.8.1.2.2 Temporary overhead cover using fire resistant sheets, tents or tarpaulins supported with a minimum 15cm clearance from top of the stack/pallet;

1.8.1.2.3 Sufficient overhang should be provided on all sides to prevent the packaging being exposed and weathered;

1.8.1.2.4 Shelters should be sited facing the prevailing wind to improve ventilation in order to minimize overheating.

1.8.2.2 Must prepare a plan with the following information:

1.8.2.2.1 Natures and quantities of ammunition and/or explosives.

1.8.2.2.2 Number of storage sites in accordance with compatibility rules;

1.8.2.3 The Potential Explosion Site (PES) to Exposed Site (ES) inside safety distances between sites is in compliance with NRCan Approved Site licence;

1.8.2.4 PES to ES outside safety distances from storage area to other areas such as main supply routes, living accommodation and messing facilities, hospitals, utility installations, radars and airfields are all within the NRCan approved licence;

1.8.3 No outdoor storage of Self Contained or High Explosives Demolition Material X-REF Annex B (SOW) Para 3.4.2, this items must be stored in alarmed magazines.

2. Security

2.1 Tpt IAW Appendix B1 Refs BD and BG

2.2 Storage IAW Appendix B1 Refs J, BL, BM, BN, BO, and BP

This document RDIMS File 3407506

Appendix B5 - 2/2 Appendix B6 To Annex B To Full Demil SOW X Ref 3407415 Dated: 31 December 2013 DND Stack Emissions

The DND Stack Emission Limits for the demilitarization of A&E by thermal treatment have been established by choosing the most stringent criteria from national and international standards currently in use for the pollutants of concern anticipated to be released from the demilitarization of A&E. Table 1 shows the DND Stack Emission Limits along with the corresponding jurisdiction regulatory criteria reference.

Table 1. DND/CF Stack Emission Standards

Item Pollutant Limits Reference

1 Total Particulate Matter (TPM) 2 mg/Rm31 1 2 Opacity 5% 2 3 Carbon Monoxide (CO) 35 mg/Rm3 3 4 Nitrogen Oxides (NOx) 183 mg/Rm3 4 5 Sulphur Dioxide (SO2) 46 mg/Rm3 4 6 Dioxin/Furan (D/F) 77 pg TEQ2/Rm3 1 7 Hydrogen Chloride (HCl) 9 mg/Rm3 4 8 Hydrogen Fluoride (HF) 1 mg/Rm3 5 High Volatile Metal Mercury 1 9 6 µg/Rm3 (Hg) 10 Lead (Pb) See Sum of Pb and Cd 1 See Sum of As, Be and 1 11 Arsenic (As) Cr 12 Cadmium (Cd) See Sum of Pb and Cd 1 See Sum of As, Be and 1 13 Chromium (Cr) Cr See Sum of As, Be and 1 14 Beryllium (Be) Cr Sum of Lead (Pb) and Cadmium 1 15 7 )g/Rm3 (Cd) Sum of Arsenic (As), Beryllium 1 16 16 )g/Rm3 (Be) and Chromium (Cr) 1Concentrations at a reference pressure of 1 atm (101.3 kPa) and a reference temperature of 25ºC. Emissions are corrected to 11% oxygen, dry. 2 TEQ- Toxic Equivalent

This Document RDIMS File 3407517 Appendix B6-1/2 Appendix B6 To Annex B To Full Demil SOW X Ref 3407415 Dated: 31 December 2013 DND Stack Emissions

References:

1. The Environmental Protection Agency (US) 40 CFR Part 63: National Emission Standards for Hazardous Air Pollutants (NESHAP): Standards for Hazardous Waste Combustors: Reconsideration; Final Rule http://www.epa.gov/fedrgstr/EPA-AIR/2005/October/Day-12/a18824a.pdf

2. CCME National Guidelines for Hazardous Waste Incineration Facilities, 1992

Volume 1. http://www.ccme.ca/assets/pdf/pn_1076_e.pdf Volume 2. http://www.ccme.ca/assets/pdf/pn_1078_e.pdf

3. Guideline A-1, Combustion, Air Pollution Control and Monitoring Requirements for Biomedical Waste Incinerators in Ontario, 2002. http://www.ene.gov.on.ca/stdprodconsume/groups/lr/@ene/@resources/documents/resou rce/std01_078346.pdf

4. Directive 2010/75/EU of the Europe Parliament and of the Council of 24 November 2010 on industrial emissions (integrated pollution prevention and control) (Recast) http://eur- lex.europa.eu/LexUriServ/LexUriServ.do?uri=OJ:L:2010:334:0017:0119:EN:PDF

5. Combustion of Municipal Solid Waste, Fact Sheet, Air Emissions, 2011, Table 1 http://www.env.gov.bc.ca/epd/industrial/factsheets/pdf/combustion-msw.pdf



This Document RDIMS File 3407517 Appendix B6-2/2 APPENDIX B7

to ANNEX B

STATEMENT OF WORK

5

Appendix B9 To Annex B To Demil SOW Dated: 31 December 2013 Contract Data Requirements List (CIDS)

CONTRACT DATA REQUIREMENTS LIST (1 DATA ITEM)

A. SYSTEM / ITEM B. CONTRACT / RFP NUMBER Ammunition, Explosives and Munitions Scrap Disposal by Demilitarization TBD

C. SOW IDENTIFIER D. DATA CATEGORY E. CONTRACTOR N/A Management Data TBD

1. ITEM NUMBER 2. TITLE OR DESCRIPTION OF DATA 3. SUBTITLE 001 Demilitarization Management Plan – Ammunition N/A and Explosives

4. AUTHORITY (DID Number) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE PM-001 Annex B to Vol. 2, Para 3.17.1.2 DND-TA

7. INSPECTION 9. INPUT 10. FREQUENCY 12. DATE OF 1st SUBMISSION 14. DISTRIBUTION and ADDRESSEES

DD DACA/+ TBD – See Block 16 a. ADDRESS b. COPIES

8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT INITIAL FINAL SUBMISSION / EVENT A 30 DACA, bi-annually Hard Soft Hard Soft thereafter TBD – See Block 16 Copy Copy Copy Copy 16. REMARKS DND TA 1 1 Block 12 – Draft Demilitarization Management Plan – Ammunition and Explosives (DMP – AE) must be delivered to DND 30 days after contract award. DND’s comments on the DMP - AE will be provided for review/discussion within 30 days of DND TA 1 1 receipt of same. (.pdf format)

DND TA 1 1 Block 13 – the Contractor must submit the final DMP - AE once DND comments are (.doc provided (as per note above) and subsequently, on a bi-annual basis. format) DND TA 1 1 (.xls format)

PWGSC CA 1 1 1 1

PREPARED BY DATE APPROVED BY

Major Paul Harrison, DAEME 4-4 25 Sept. 2013

17. CONTRACT FILE / DOCUMENT 18. ESTIMATED 19. ESTIMATED PRICE 15. TOTAL 2424 NUMBER NO OF PAGES

Appendix B9 -1/9 RDMIS # 3323834 Appendix B9 To Annex B To Demil SOW Dated: 31 December 2013 Contract Data Requirements List (CIDS)

CONTRACT DATA REQUIREMENTS LIST (1 DATA ITEM)

A. SYSTEM / ITEM B. CONTRACT / RFP NUMBER Ammunition, Explosives and Munitions Scrap Disposal by Demilitarization TBD

C. SOW IDENTIFIER D. DATA CATEGORY E. CONTRACTOR N/A Management Data TBD

1. ITEM NUMBER 2. TITLE OR DESCRIPTION OF DATA 3. SUBTITLE 002 Demilitarization Management Plan – Munition N/A Scrap

4. AUTHORITY (DID Number) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE PM-002 Annex B to Vol. 2, Para 3.17.1.2 DND-TA

7. INSPECTION 9. INPUT 10. FREQUENCY 12. DATE OF 1st SUBMISSION 14. DISTRIBUTION and ADDRESSEES

DD DACA/+ TBD – See Block 16 a. ADDRESS b. COPIES

8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT INITIAL FINAL SUBMISSION / EVENT A 30 DACA, bi-annually Hard Soft Hard Soft thereafter TBD – See Block 16 Copy Copy Copy Copy 16. REMARKS DND TA 1 1

Block 12 – Draft Demilitarization Management Plan – Munition Scrap (DMP – MS) must be delivered to DND 30 days after contract award. DND’s comments on the DND TA 1 1 DMP - MS will be provided for review/discussion within 30 days of receipt of same. (.pdf format) DND TA 1 1 Block 13 – the Contractor must submit the final DMP - MS once DND comments are (.doc provided (as per note above) and subsequently, on a bi-annual basis. format) DND TA 1 1 (.xls format)

PWGSC CA 1 1 1 1

PREPARED BY DATE APPROVED BY

Major Paul Harrison, DAEME 4-4 25 Sept. 2013

17. CONTRACT FILE / DOCUMENT 18. ESTIMATED 19. ESTIMATED PRICE 15. TOTAL 2424 NUMBER NO OF PAGES

Appendix B9 -2/9 RDMIS # 3323834 Appendix B9 To Annex B To Demil SOW Dated: 31 December 2013 Contract Data Requirements List (CIDS)

CONTRACT DATA REQUIREMENTS LIST (1 DATA ITEM)

A. SYSTEM / ITEM B. CONTRACT / RFP NUMBER Ammunition, Explosives and Munitions Scrap Disposal by Demilitarization TBD

C. SOW IDENTIFIER D. DATA CATEGORY E. CONTRACTOR N/A Management Data TBD

1. ITEM NUMBER 2. TITLE OR DESCRIPTION OF DATA 3. SUBTITLE 003 Demilitarization Management Plan – Inert Items N/A

4. AUTHORITY (DID Number) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE PM-003 Annex B to Vol. 2, Para 3.17.1.2 DND-TA

7. INSPECTION 9. INPUT 10. FREQUENCY 12. DATE OF 1st SUBMISSION 14. DISTRIBUTION and ADDRESSEES

DD DACA/+ TBD – See Block 16 a. ADDRESS b. COPIES

8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT INITIAL FINAL SUBMISSION / EVENT A 30 DACA, bi-annually Hard Soft Hard Soft thereafter TBD – See Block 16 Copy Copy Copy Copy 16. REMARKS DND TA 1 1

Block 12 – Draft Demilitarization Management Plan – Inert Items (DMP – INI) must be delivered to DND 30 days after contract award. DND’s comments on the DMP - DND TA 1 1 INI will be provided for review/discussion within 30 days of receipt of same. (.pdf format) DND TA 1 1 Block 13 – the Contractor must submit the final DMP - INI once DND comments are (.doc provided (as per note above) and subsequently, on a bi-annual basis. format) DND TA 1 1 (.xls format)

PWGSC CA 1 1 1 1

PREPARED BY DATE APPROVED BY

Major Paul Harrison, DAEME4-4-4 25 Sept. 2013

17. CONTRACT FILE / DOCUMENT 18. ESTIMATED 19. ESTIMATED PRICE 15. TOTAL 2424 NUMBER NO OF PAGES

Appendix B9 -3/9 RDMIS # 3323834 Appendix B9 To Annex B To Demil SOW Dated: 31 December 2013 Contract Data Requirements List (CIDS)

CONTRACT DATA REQUIREMENTS LIST (1 DATA ITEM)

A. SYSTEM / ITEM B. CONTRACT / RFP NUMBER Ammunition, Explosives and Munitions Scrap Disposal by Demilitarization TBD

C. SOW IDENTIFIER D. DATA CATEGORY E. CONTRACTOR N/A Management Data TBD

1. ITEM NUMBER 2. TITLE OR DESCRIPTION OF DATA 3. SUBTITLE 004 Production Schedule N/A

4. AUTHORITY (DID Number) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE PM-004 Annex B to Vol. 2, Para 3.5.2.1 DND-TA

7. INSPECTION 9. INPUT 10. FREQUENCY 12. DATE OF 1st SUBMISSION 14. DISTRIBUTION and ADDRESSEES

DD DACA/+ TBD – See Block 16 a. ADDRESS b. COPIES

8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT INITIAL FINAL SUBMISSION / EVENT A 30 DACA, bi-annually Hard Soft Hard Soft thereafter TBD – See Block 16 Copy Copy Copy Copy 16. REMARKS DND TA 1 1

Block 12 – Production Schedule must be delivered to DND 30 days after contract award. DND’s comments on the Production Schedule will be provided for DND TA 1 1 review/discussion within 30 days of receipt of same. (.pdf format) DND TA 1 1 Block 13 – the Contractor must submit the final Production Schedule once DND (.xls format) comments are provided (as per note above) and subsequently, on a bi-annual basis. PWGSC CA 1 1 1 1

PREPARED BY DATE APPROVED BY

Major Paul Harrison, DAEME 4-4 25 Sept. 2013

17. CONTRACT FILE / DOCUMENT 18. ESTIMATED 19. ESTIMATED PRICE 15. TOTAL 2323 NUMBER NO OF PAGES

Appendix B9 -4/9 RDMIS # 3323834 Appendix B9 To Annex B To Demil SOW Dated: 31 December 2013 Contract Data Requirements List (CIDS)

CONTRACT DATA REQUIREMENTS LIST (1 DATA ITEM)

A. SYSTEM / ITEM B. CONTRACT / RFP NUMBER Ammunition, Explosives and Munitions Scrap Disposal by Demilitarization TBD

C. SOW IDENTIFIER D. DATA CATEGORY E. CONTRACTOR N/A Management Data TBD

1. ITEM NUMBER 2. TITLE OR DESCRIPTION OF DATA 3. SUBTITLE 005 Risk Management Plan N/A

4. AUTHORITY (DID Number) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE PM-005 Annex B to Vol. 2, Para 3.16 DND-TA

7. INSPECTION 9. INPUT 10. FREQUENCY 12. DATE OF 1st SUBMISSION 14. DISTRIBUTION and ADDRESSEES

DD DACA/+ TBD – See Block 16 a. ADDRESS b. COPIES

8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT INITIAL FINAL SUBMISSION / EVENT A 30 DACA, bi-annually Hard Soft Hard Soft thereafter TBD – See Block 16 Copy Copy Copy Copy 16. REMARKS DND TA 1 1

Block 12 – Risk Management Plan must be delivered to DND one (1) Month after contract award. DND’s comments on the Risk Management Plan will be provided for DND TA 1 1 review/discussion within 30 days of receipt of same. (.doc format)

Block 13 – the Contractor must submit the final Risk Management Plan once DND DND TA 1 1 comments are provided (as per note above) and subsequently, on a bi-annual basis. (.pdf format)

PWGSC CA 1 1 1 1

PREPARED BY DATE APPROVED BY

Major Paul Harrison, DAEME 4-4 25 Sept. 2013

17. CONTRACT FILE / DOCUMENT 18. ESTIMATED 19. ESTIMATED PRICE 15. TOTAL 2323 NUMBER NO OF PAGES

Appendix B9 -5/9 RDMIS # 3323834 Appendix B9 To Annex B To Demil SOW Dated: 31 December 2013 Contract Data Requirements List (CIDS)

CONTRACT DATA REQUIREMENTS LIST (1 DATA ITEM)

A. SYSTEM / ITEM B. CONTRACT / RFP NUMBER Ammunition, Explosives and Munitions Scrap Disposal by Demilitarization TBD

C. SOW IDENTIFIER D. DATA CATEGORY E. CONTRACTOR N/A Management Data TBD

1. ITEM NUMBER 2. TITLE OR DESCRIPTION OF DATA 3. SUBTITLE 006 Initial Receipt Report N/A

4. AUTHORITY (DID Number) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE PM-006 Annex B to Vol. 2, Para 3.5.6.3 DND-TA

7. INSPECTION 9. INPUT 10. FREQUENCY 12. DATE OF 1st SUBMISSION 14. DISTRIBUTION and ADDRESSEES

DD AS REQ’D TBD – See Block 16 a. ADDRESS b. COPIES

8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT INITIAL FINAL SUBMISSION / EVENT N/A ASGEN Hard Soft Hard Soft N/A Copy Copy Copy Copy 16. REMARKS DND TA 1 1

Block 12 – Initial Receipt Report must be provided to DND within 24 hours of delivery of subject lot at Contractor’s premises. DND TA 1 1 (.xls format)

DND TA 1 1 (.pdf format)

PWGSC CA 1 1 1 1

PREPARED BY DATE APPROVED BY

Major Paul Harrison, DAEME 4-4 25 Sept. 2013

17. CONTRACT FILE / DOCUMENT 18. ESTIMATED 19. ESTIMATED PRICE 15. TOTAL 2323 NUMBER NO OF PAGES

Appendix B9 -6/9 RDMIS # 3323834 Appendix B9 To Annex B To Demil SOW Dated: 31 December 2013 Contract Data Requirements List (CIDS)

CONTRACT DATA REQUIREMENTS LIST (1 DATA ITEM)

A. SYSTEM / ITEM B. CONTRACT / RFP NUMBER Ammunition, Explosives and Munitions Scrap Disposal by Demilitarization TBD

C. SOW IDENTIFIER D. DATA CATEGORY E. CONTRACTOR N/A Management Data TBD

1. ITEM NUMBER 2. TITLE OR DESCRIPTION OF DATA 3. SUBTITLE 007 Certificate of Demilitarization (Form DND 2586) N/A

4. AUTHORITY (DID Number) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE PM-007 Annex B to Vol. 2, Para 3.13.1.2 DND-TA

7. INSPECTION 9. INPUT 10. FREQUENCY 12. DATE OF 1st SUBMISSION 14. DISTRIBUTION and ADDRESSEES

DD AS REQ’D TBD – See Block 16 a. ADDRESS b. COPIES

8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT INITIAL FINAL SUBMISSION / EVENT N/A ASGEN Hard Soft Hard Soft N/A Copy Copy Copy Copy 16. REMARKS DND TA 1 1

Block 12 – The Certificate of Demilitarization must be delivered to DND after completion of Demilitarization for all lots processed in a given calendar month. DND TA 1 1 (.doc format) DND TA 1 1 (.pdf format)

PWGSC CA 1 1 1 1

PREPARED BY DATE APPROVED BY

Major Paul Harrison, DAEME 4-4 25 Sept. 2013

17. CONTRACT FILE / DOCUMENT 18. ESTIMATED 19. ESTIMATED PRICE 15. TOTAL 2323 NUMBER NO OF PAGES

Appendix B9 -7/9 RDMIS # 3323834 Appendix B9 To Annex B To Demil SOW Dated: 31 December 2013 Contract Data Requirements List (CIDS)

CONTRACT DATA REQUIREMENTS LIST (1 DATA ITEM)

A. SYSTEM / ITEM B. CONTRACT / RFP NUMBER Ammunition, Explosives and Munitions Scrap Disposal by Demilitarization TBD

C. SOW IDENTIFIER D. DATA CATEGORY E. CONTRACTOR N/A Management Data TBD

1. ITEM NUMBER 2. TITLE OR DESCRIPTION OF DATA 3. SUBTITLE 008 Final Scrap Material Disposal Plan and Operating N/A Procedures

4. AUTHORITY (DID Number) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE PM-008 Annex B to Vol. 2, Para 3.5.7.2 DND-TA

7. INSPECTION 9. INPUT 10. FREQUENCY 12. DATE OF 1st SUBMISSION 14. DISTRIBUTION and ADDRESSEES

DD DACA/+ TBD – See Block 16 a. ADDRESS b. COPIES

8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT INITIAL FINAL SUBMISSION / EVENT A 30 DACA, bi-annually Hard Soft Hard Soft thereafter N/A Copy Copy Copy Copy 16. REMARKS DND TA 1 1

Block 12 – The Final Scrap Material Disposal Plan and Operating Procedures must be delivered to DND 30 days after contract award. DND’s comments on the Final Scrap DND TA 1 1 Material Disposal Plan and Operating Procedures will be provided for (.doc review/discussion within 30 days of receipt of same. format) DND TA 1 1 Block 13 – the Contractor must submit the validated and revised Final Scrap Material (.pdf format) Disposal Plan and Operating Procedures once DND comments are provided (as per note above) and subsequently, on a bi-annual basis. PWGSC CA 1 1 1 1

PREPARED BY DATE APPROVED BY

Major Paul Harrison, DAEME 4-4 25 Sept. 2013

17. CONTRACT FILE / DOCUMENT 18. ESTIMATED 19. ESTIMATED PRICE 15. TOTAL 2222 NUMBER NO OF PAGES

Appendix B9 -8/9 RDMIS # 3323834 Appendix B9 To Annex B To Demil SOW Dated: 31 December 2013 Contract Data Requirements List (CIDS)

CONTRACT DATA REQUIREMENTS LIST (1 DATA ITEM)

A. SYSTEM / ITEM B. CONTRACT / RFP NUMBER Ammunition, Explosives and Munitions Scrap Disposal by Demilitarization TBD

C. SOW IDENTIFIER D. DATA CATEGORY E. CONTRACTOR N/A Management Data TBD

1. ITEM NUMBER 2. TITLE OR DESCRIPTION OF DATA 3. SUBTITLE 009 Transportation Schedule N/A

4. AUTHORITY (DID Number) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE PM-009 Annex B to Vol. 2, Para 3.10.4 DND-TA

7. INSPECTION 9. INPUT 10. FREQUENCY 12. DATE OF 1st SUBMISSION 14. DISTRIBUTION and ADDRESSEES

DD DACA/+ TBD – See Block 16 a. ADDRESS b. COPIES

8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT INITIAL FINAL SUBMISSION / EVENT A 30 DACA, quarterly Hard Soft Hard Soft thereafter N/A Copy Copy Copy Copy 16. REMARKS DND TA 1 1

Block 12 – The Transportation Schedule must be delivered to DND 30 days after contract award. DND’s comments on the Transportation Schedule will be provided for DND TA 1 1 review/discussion within 30 days of receipt of same. (.xls format) DND TA 1 1 Block 13 – the Contractor must submit the validated and revised Transportation (.pdf format) Schedule once DND comments are provided (as per note above) and subsequently on a quarterly basis thereafter. PWGSC CA 1 1 1 1

PREPARED BY DATE APPROVED BY

Major Paul Harrison, DAEME 4-4 25 Sept. 2013

17. CONTRACT FILE / DOCUMENT 18. ESTIMATED 19. ESTIMATED PRICE 15. TOTAL 2323 NUMBER NO OF PAGES

Appendix B9 -9/9 RDMIS # 3323834 Appendix B10 To Annex B Demil SOW Dated: 31 December 2013 Data Item Description List (DIDS)

DATA ITEM DESCRIPTION 1. TITLE 2. IDENTIFICATION NUMBER Demilitarization Management Plan – Ammunition and PM-001 Explosives (DMP – AE) 3. DESCRIPTION

The Demilitarization Management Plan – Ammunition and Explosives (DMP - AE) provides the DND TA with insight into the Contractor's management organization and procedures as they apply to the Contract. The DMP - AE summarizes the Contractor's policies, procedures and conventions for scheduling, planning, organizing, directing, executing, monitoring, controlling and the quality control of all work required under the Contract. 4. APPROVAL DATE 5. OFFICE OF PRIMARY INTEREST 6. GIDEP APPLICABLE DND TA 7. APPLICATION / INTERRELATIONSHIP 7.1 This DID contains instructions for the preparation of the Demilitarization Management Plan – Ammunition and Explosives (DMP - AE) as required by the SOW. 7.2 The DMP - AE forms the basis for the Contractor's Management methodology and hence it is linked to all Management activities and DID's. 8. ORIGINATOR 9. APPLICABLE FORMS Major Paul Harrison, DAEME 4-4 10. PREPARATION INSTRUCTIONS 10.1 Source Document The applicable issue of the documents cited herein, including their approval dates, and dates of any applicable amendment notices and revisions will be as specified in the Contract.

10.2 Format The Contractor's own format is acceptable, however, see CDRL 001 for acceptable software formats.

10.3 General The DMP - AE must define the management processes, administrative procedures and organizational structure that will be used to manage the Contractor's work. The DMP - AE must be a stand-alone document that provides sufficient information to allow the reader to understand how the Ammunition, Explosives and Munitions Scrap Disposal by Demilitarization will be managed without referring to other documents. It is not acceptable to simply reference a document, procedure or standard without providing an overview of the material referenced.

10.4 Content The DMP - AE will provide the appropriate level of detail for Annex B, Appendix B4 per line item articulating the complete process from the time that the inventory is receipted on the Contractor’s Property to final scrap material release to a recycling scrap material company. The DMP - AE is to include:

• Demil of A&E – the complete process and procedures including the personnel qualification levels for each processing step:

• A&E – preparation to the A&E if required, this includes direct feed, dis-assemble, de-fuze, de-link, pull apart, size reduction, primer removed etc;

• The complete thermal/chemical treatment equipment operation including temperatures, amount of time the munition remains in the thermal/chemical treatment equipment, time the munition debris is extracted from the equipment;

• Thermal flash Treatment of the munition debris complete process including temperatures, amount of time the munition remains in the thermal treatment equipment, time the munition debris is extracted from the equipment

• The material type segregation;

• The mutilation procedures and process and the segregation of mutilated material types;

Appendix B10 - 1/9 RDMIS# 3323848 Appendix B10 To Annex B Demil SOW Dated: 31 December 2013 Data Item Description List (DIDS)

DATA ITEM DESCRIPTION 1. TITLE 2. IDENTIFICATION NUMBER Demilitarization Management Plan – Munition Scrap (DMP – PM-002 MS) 3. DESCRIPTION

The Demilitarization Management Plan – Munition Scrap (DMP - MS) provides the DND TA with insight into the Contractor's management organization and procedures as they apply to the Contract. The DMP - MS summarizes the Contractor's policies, procedures and conventions for scheduling, planning, organizing, directing, executing, monitoring and controlling all work required under the Contract. 4. APPROVAL DATE 5. OFFICE OF PRIMARY INTEREST 6. GIDEP APPLICABLE DND TA 7. APPLICATION / INTERRELATIONSHIP 7.1 This DID contains instructions for the preparation of the Demilitarization Management Plan – Munition Scrap (DMP - MS) as required by the SOW. 7.2 the DMP - MS forms the basis for the Contractor's Management methodology and hence it is linked to all Management activities and DID's. 8. ORIGINATOR 9. APPLICABLE FORMS Major Paul Harrison, DAEME 4-4 10. PREPARATION INSTRUCTIONS 10.1 Source Document The applicable issue of the documents cited herein, including their approval dates, and dates of any applicable amendment notices and revisions will be as specified in the Contract.

10.2 Format The Contractor's own format is acceptable, however, see CDRL 002 for acceptable software formats.

10.3 General The DMP - MS must define the management processes, administrative procedures and organizational structure that will be used to manage the Contractor's work. The DMP - MS must be a stand-alone document that provides sufficient information to allow the reader to understand how the Ammunition, Explosives and Munitions Scrap Disposal by Demilitarization will be managed without referring to other documents. It is not acceptable to simply reference a document, procedure or standard without providing an overview of the material referenced.

10.4 Content The DMP - MS will provide the appropriate level of detail for Annex B, Appendix B4 per line item articulating the complete process from the time that the inventory is receipted on the Contractor’s Property to final scrap material release to a recycling scrap material company. The DMP - MS is to include:

• Demil of MS – the complete process and procedures including the personnel qualification levels for each processing step:

• Munition Scrap – preparation to the munition scrap if required.

• The complete thermal/chemical treatment equipment operation including temperatures, amount of time the munition remains in the thermal/chemical treatment equipment, time the munition debris is extracted from the equipment;

• Thermal flash Treatment of the munition debris complete process including temperatures, amount of time the munition remains in the thermal treatment equipment, time the munition debris is extracted from the equipment

• The material type segregation;

• The mutilation procedures and process and the segregation of mutilated material types;

Appendix B10 - 2/9 RDMIS# 3323848 Appendix B10 To Annex B Demil SOW Dated: 31 December 2013 Data Item Description List (DIDS)

DATA ITEM DESCRIPTION 1. TITLE 2. IDENTIFICATION NUMBER Demilitarization Management Plan – Inert Items (DMP – PM-003 INI) 3. DESCRIPTION

The Demilitarization Management Plan – Inert Items (DMP - INI) provides the DND TA with insight into the Contractor's management organization and procedures as they apply to the Contract. The DMP - INI summarizes the Contractor's policies, procedures and conventions for scheduling, planning, organizing, directing, executing, monitoring and controlling all work required under the Contract. 4. APPROVAL DATE 5. OFFICE OF PRIMARY INTEREST 6. GIDEP APPLICABLE DND TA 7. APPLICATION / INTERRELATIONSHIP 7.1 This DID contains instructions for the preparation of the Demilitarization Management Plan – Inert Items (DMP - INI) as required by the SOW. 7.2 the DMP - INI forms the basis for the Contractor's Management methodology and hence it is linked to all Management activities and DID's. 8. ORIGINATOR 9. APPLICABLE FORMS Major Paul Harrison, DAEME 4-4 10. PREPARATION INSTRUCTIONS 10.1 Source Document The applicable issue of the documents cited herein, including their approval dates, and dates of any applicable amendment notices and revisions will be as specified in the Contract.

10.2 Format The Contractor's own format is acceptable, however, see CDRL 003 for acceptable software formats.

10.3 General The DMP - INI must define the management processes, administrative procedures and organizational structure that will be used to manage the Contractor's work. The DMP - INI must be a stand-alone document that provides sufficient information to allow the reader to understand how the Ammunition, Explosives and Munitions Scrap Disposal by Demilitarization will be managed without referring to other documents. It is not acceptable to simply reference a document, procedure or standard without providing an overview of the material referenced.

10.4 Content The DMP - INI will provide the appropriate level of detail for Annex B, Appendix B4 per line item articulating the complete process from the time that the inventory is receipted on the Contractor’s Property to final scrap material release to a recycling scrap material company. The DMP - INI is to include:

• Demil of Inert Items – the complete process and procedures including the personnel qualification levels for each processing step:

• Inert Items – preparation to the inert items if required.

• The mutilation procedures and process and the segregation of mutilated material types;

• The material type segregation;

Appendix B10 - 3/9 RDMIS# 3323848 Appendix B10 To Annex B Demil SOW Dated: 31 December 2013 Data Item Description List (DIDS)

DATA ITEM DESCRIPTION 1. TITLE 2. IDENTIFICATION NUMBER Production Schedule PM-004 3. DESCRIPTION

The Production Schedule provides the DND TA with visibility of the Contractor’s planned activities and accomplished activities to date, at a level of detail that is indicative of overall performance. The Production Schedule is used to monitor schedule performance. 4. APPROVAL DATE 5. OFFICE OF PRIMARY INTEREST 6. GIDEP APPLICABLE DND TA 7. APPLICATION / INTERRELATIONSHIP 7.1 This DID contains instructions for the preparation of the Production Schedule. 7.2 The Production Schedule forms the basis for the Contractor's work planning and scheduling. 8. ORIGINATOR 9. APPLICABLE FORMS Major Paul Harrison, DAEME 4-4 10. PREPARATION INSTRUCTIONS 10.1 Source document The applicable issue of the documents cited herein, including their approval dates, and dates of any applicable amendment notices and revisions shall be as specified in the Contract.

10.2 Format Contractor’s own format is acceptable; however, see CDRL 004 for acceptable software formats.

Content The Production Schedule for processing of Ammunition and Explosives, Munition Scrap, Inert Items and Scrap Material by nature must indicate quantity processed, start date and completion date and:

a. Clearly indicate progress in relation to the baseline schedule. Progress should show actual start and finish as well as percentage complete for activities in process; and b. Clearly identify changes to the baseline activity (new and deleted activities).

Appendix B10 - 4/9 RDMIS# 3323848 Appendix B10 To Annex B Demil SOW Dated: 31 December 2013 Data Item Description List (DIDS)

DATA ITEM DESCRIPTION 1. TITLE 2. IDENTIFICATION NUMBER Risk Management Plan PM-005 3. DESCRIPTION

The Risk Management Plan provides the DND TA with visibility of the Contractor’s mitigation plan for all risks associated with Ammunition, Explosives and Munitions Scrap Disposal by Demilitarization. 4. APPROVAL DATE 5. OFFICE OF PRIMARY INTEREST 6. GIDEP APPLICABLE DND TA 7. APPLICATION / INTERRELATIONSHIP 7.1 This DID contains instructions for the preparation of the Risk Management Plan.

8. ORIGINATOR 9. APPLICABLE FORMS Major Paul Harrison, DAEME 4-4 10. PREPARATION INSTRUCTIONS 10.1 Source document The applicable issue of the documents cited herein, including their approval dates, and dates of any applicable amendment notices and revisions shall be as specified in the Contract.

10.2 Format Contractor’s own format is acceptable; however, see CDRL 005 for acceptable software formats.

Content The Risk Management Plan shall identify the risk issues involved in the Ammunition, Explosives and Munitions Scrap Disposal by Demilitarization and final scrap material disposal contract (including how it intends to mitigate them) articulated in a formal Risk Assessment return.

Appendix B10 - 5/9 RDMIS# 3323848 Appendix B10 To Annex B Demil SOW Dated: 31 December 2013 Data Item Description List (DIDS)

DATA ITEM DESCRIPTION 1. TITLE 2. IDENTIFICATION NUMBER Initial Receipt Report PM-006 3. DESCRIPTION

The Initial Receipt Report provides the DND TA with confirmation of quantities shipped by DND versus quantities received at the Contractor’s facility. 4. APPROVAL DATE 5. OFFICE OF PRIMARY INTEREST 6. GIDEP APPLICABLE DND TA 7. APPLICATION / INTERRELATIONSHIP 7.1 This DID contains instructions for the preparation of the Initial Receipt Report

8. ORIGINATOR 9. APPLICABLE FORMS Major Paul Harrison, DAEME 4-4 10. PREPARATION INSTRUCTIONS 10.1 Source document The applicable issue of the documents cited herein, including their approval dates, and dates of any applicable amendment notices and revisions shall be as specified in the Contract.

10.2 Format Contractor’s own format is acceptable; however, see CDRL 006 for acceptable software formats.

Content The Initial Receipt Report provided to the TA and CA shall be categorized by quantity, description/nomenclature and lot in the form of a spreadsheet of all A&E shipments received at its facility within 24 hours after reception. In the event of a discrepancy, the quantity in question should be clearly identified. The DND TA will then initiate an investigative and take corrective action.

Appendix B10 - 6/9 RDMIS# 3323848 Appendix B10 To Annex B Demil SOW Dated: 31 December 2013 Data Item Description List (DIDS)

DATA ITEM DESCRIPTION 1. TITLE 2. IDENTIFICATION NUMBER Certificate of Demilitarization (Form DND 2586) PM-007 3. DESCRIPTION

The Certificate of Demilitarization provides the DND TA with confirmation of quantities of Ammunition and Explosives, Munition Scrap, Inert Items and Scrap Materials processed at the Contractor’s facility. 4. APPROVAL DATE 5. OFFICE OF PRIMARY INTEREST 6. GIDEP APPLICABLE DND TA 7. APPLICATION / INTERRELATIONSHIP 7.1 This DID contains instructions for the preparation of the Certificate of Demilitarization.

8. ORIGINATOR 9. APPLICABLE FORMS Major Paul Harrison, DAEME 4-4 10. PREPARATION INSTRUCTIONS 10.1 Source document The applicable issue of the documents cited herein, including their approval dates, and dates of any applicable amendment notices and revisions shall be as specified in the Contract.

10.2 Format Contractor’s own format is acceptable; however, see CDRL 007 for acceptable software formats.

Content A “Certificate of Demilitarization” (Appendix B7) for each “LOT of ammunition” demilitarized shall be provided to the DND TA. The certificate must identify the quantity of A&E as reflected in the contract, and that the ammunition has been demilitarized resulting in its neutralization and mutilated to prevent reuse in its original state.

Appendix B10 - 7/9 RDMIS# 3323848 Appendix B10 To Annex B Demil SOW Dated: 31 December 2013 Data Item Description List (DIDS)

DATA ITEM DESCRIPTION 1. TITLE 2. IDENTIFICATION NUMBER Final Scrap Material Disposal Plan and Operating PM-008 Procedures 3. DESCRIPTION

The Final Scrap Material Disposal Plan and Operating Procedures provides the DND TA with confirmation of quantities of Ammunition and Explosives, Munition Scrap, Inert Items and Scrap Materials processed at the Contractor’s facility, in accordance with DND direction and Controlled Goods Regulations. 4. APPROVAL DATE 5. OFFICE OF PRIMARY INTEREST 6. GIDEP APPLICABLE DND TA 7. APPLICATION / INTERRELATIONSHIP 7.1 This DID contains instructions for the preparation of the Final Scrap Material Disposal Plan and Operating Procedures.

8. ORIGINATOR 9. APPLICABLE FORMS Major Paul Harrison, DAEME 4-4 10. PREPARATION INSTRUCTIONS 10.1 Source document The applicable issue of the documents cited herein, including their approval dates, and dates of any applicable amendment notices and revisions shall be as specified in the Contract.

10.2 Format Contractor’s own format is acceptable; however, see CDRL 008 for acceptable software formats.

Content The Final Scrap Material Disposal Plan and Operating Procedures is specified in paragraph 3.5.7.2 of the SOW and is to be provided to the TA and CA. It must include:  Contractor’s intent for disposal of final scrap materials  Contractor’s methodology for disposal of final scrap materials

Appendix B10 - 8/9 RDMIS# 3323848 Appendix B10 To Annex B Demil SOW Dated: 31 December 2013 Data Item Description List (DIDS)

DATA ITEM DESCRIPTION 1. TITLE 2. IDENTIFICATION NUMBER Transportation Schedule PM-009 3. DESCRIPTION

The Transportation Schedule provides the DND TA with visibility of the Contractor’s planned transportation at a level of detail that is inclusive of a minimum of one year from date of issue. The Transportation Schedule is used to plan ongoing and future shipping requirements. 4. APPROVAL DATE 5. OFFICE OF PRIMARY INTEREST 6. GIDEP APPLICABLE DND TA 7. APPLICATION / INTERRELATIONSHIP 7.1 This DID contains instructions for the preparation of the Transportation Schedule.

8. ORIGINATOR 9. APPLICABLE FORMS Major Paul Harrison, DAEME 4-4 10. PREPARATION INSTRUCTIONS 10.1 Source document The applicable issue of the documents cited herein, including their approval dates, and dates of any applicable amendment notices and revisions shall be as specified in the Contract.

10.2 Format Contractor’s own format is acceptable; however, see CDRL 009 for acceptable software formats.

Content The Transportation Schedule must amplify the information contained in the Demilitarization Management Plan(s) outlined in DID PM-001, PM-002 and PM-003.

Appendix B10 - 9/9 RDMIS# 3323848 11300-18 (DAEME 4-4) 31 December 2013

DRAFT Bid Evaluation Annex C to the Request for Proposal

Prepared by Department of National Defence and The Canadian Armed Forces Assistant Deputy Minister (Material) Director General Land Engineering Program Management Directorate of Ammunition Explosive Management and Engineering Ammunition Disposal, Demilitarization and Recycle Management Section (DAEME) 4-4

©2011 DND/MND Canada

RDIMS OTT_LSTL # 3421866

1/4 Table of Contents Bid Evaluation to the Statement of Work for Ammunition, Explosive and Munitions Scrap Disposal by Demilitarization

Article Topic Page

1.0 Scope 3 1.1 Purpose 3 1.2 Interpretation 3 1.3 The Crown’s Objective 3 1.3.1 Evaluation Method 3 1.3.2 Evaluation Criteria and Respective Weight Factors 3 1.3.3 Selection of a successful bidder 3

This Space Intentional Left Blank

RDIMS OTT_LSTL # 3421866

Annex C- 2/4 1.0 SCOPE

1.1 Purpose

The purpose of this Draft Bid Evaluation (Eval) is to assess the potential bidders’ Full Demilitarization for Ammunition and Explosives (A&E), Munitions Scrap (MS), Aids to Production (A to P) and Ammunition Salvage as detailed in Statement of Work (SOW) Annex B.

1.2 Interpretation

1.2.1 Mandatory clauses are those containing the word MUST or SHALL. These clauses shall be observed at all times, unless otherwise authorized by the Technical Authority (TA) (Director Ammunition Explosive Management and Engineering - DAEME).

1.2.2 Advisory clauses are those containing the word SHOULD. These clauses shall be observed at all times, except when such a course is impractical for operational reasons.

1.2.3 Permissive clauses are those containing the word MAY. These clauses shall be within the discretionary powers of the appointment or authority specified in the orders or directives.

1.2.4 In instances where the interpretation suggests various alternative methods of application, the method meeting the highest interest of safety or compliance shall be adopted.

1.3 The Crown’s Bid Eval Objectives

1.3.1 Evaluation Method

1.3.1.1 The Full Demil A&E, MS, A to P and Ammunition Salvage is a ground breaking development for Canada and as detailed in Annex B (SOW) Para 1.6.3, there is no one particular procedure, process and/or equipment that is capable of completely meeting or exceeding the regulations and The Crown's requirements. As a result The Crown’s Demil stakeholders (and evaluation team) must be able to evaluate all potential Bidders’ Full Demil proposal in an open, unbiased manner and in a technical comparison.

1.3.2 Evaluation Criteria and Respective Weight Factors

1.3.2.1 The Technical Bid Eval will be a combination of minimum mandatory; Compliant/Non-compliant Merit (Appendix C1) and Point Rated (Appendix C2).

1.3.3 Selection of a successful bidder

1.3.3.1 Technical Evaluation

1.3.3.1.1 Only bids that meet the mandatory criteria will be proceed to the point rating phase (Appendix C2).

RDIMS OTT_LSTL # 3421866

Annex C- 3/4 1.3.3.2 Financial Evaluation

1.3.3.2.1.1 PWGSC is responsible for the evaluation of the financial portion of the bids.

1.3.3.2.1.2 Only bids that meet both the mandatory criteria and point rating evaluation will proceed to the PWGSC for financial Evaluation.

1.3.3.2.1.3 Best value Bidder, only after the Technical Evaluation.

1.3.3.3 The final Bidder’s score will be achieved by calculations of “The Highest Combined Rating of Technical Merit and Price”. The weight factor will be 80% Technical and 20% Price. (As per example below)

Technical Merit

Bidder’s Point Rated Score Divided Bidders Point by Weight Maximum Achievable Point Equals Bidders Technical Multiply by Factor (70%) Score Rated Score Score (see box 1 1000 points (Maximum) (see Appendix C2)

Bidders Demil Price

Bidders Price Divided Bidders Price by the Highest Proposed Price Weight Bidders Financial Multiply by Equals Solicitation Received From All Factor (30%) Score Bidders Highest Bid Received

Add Bidders Technical Score and Bidders Financial Score

Bidders Technical Score Plus Bidders Equals Bidders Final Financial Combined Score Is: Score +=

Appendices : 2

Appendix C1 – Mandatory Complaint /Non-Compliant Criteria RDMIS File 3421887 Appendix C2 – Point Rated Criteria RDMIS File 3421875

This Space Intentional Left Blank

RDIMS OTT_LSTL # 3421866

Annex C- 4/4 Appendix C1 To Annex C, Full Demil Bid Eval X-Ref RDIMS 3421866 Dated: 31 December 2013 Full Demil of A&E, MS, A to P and Ammunition Salvage Bid Eval Mandatory Criteria

Bidder/Company Name:

NOTE: As stated in Annex C, Para 1.3.3.1.1: Only bids that meet the mandatory criteria and found to be compliant will proceed to the point rating phase (Appendix C2)

Serial Reference Mandatory Criteria Crown’s Required Deliverables Bidder’s Response To be Completed by the Crown Amplifying Annex B (Proof of Compliance) Compliant Not Comments Para’s Compliant

1 3.1.1 The Bidders Full Demil Location must be At the time of the Bidder’s 1.6.1, and within the borders of Canada. proposal, The Bidder is to declare 1.6.7.1 their company’s proposed location within Canada. 2 3.1.1 The Bidder Fully Demil facility should be At the time of the Bidder’s 1.6.1 fully operational (FOC) within 24 months submission, the Bidder is to declare of awarded contract. its forecasted FOC date. 3 3.1.2 Partnering between companies is permitted, At the time of the Bidder’s 3.4.1 provided that the Full Demil work is proposal, The Bidder is to declare conducted in single facility site (location) that their company’s proposed Full only. Demil Processing will be at one location. 4 3.1.2 Partnering between companies is permitted, The Bidder must provide a copy of 1.6.1 provided that the Full Demil work is the signed agreement between the conducted in single facility site (location) companies. (If applicable) only. 5 3.1.3 Subcontracting of any Demil work by the The Bidder is to confirm that its 1.6.1 awarded Full Demil Contractor to another company will be compliant. company, offsite is not authorized by The Crown.

This document RDIMS File 3421887

Appendix C1 - 1/38 Appendix C1 To Annex C, Full Demil Bid Eval X-Ref RDIMS 3421866 Dated: 31 December 2013 Full Demil of A&E, MS, A to P and Ammunition Salvage Bid Eval Mandatory Criteria

Bidder/Company Name:

NOTE: As stated in Annex C, Para 1.3.3.1.1: Only bids that meet the mandatory criteria and found to be compliant will proceed to the point rating phase (Appendix C2)

Serial Reference Mandatory Criteria Crown’s Required Deliverables Bidder’s Response To be Completed by the Crown Amplifying Annex B (Proof of Compliance) Compliant Not Comments Para’s Compliant

6 3.2.1 The Crown retains ownership of the A&E, At the time of the Bidder’s 3.5.6.1 MS, A to P and Ammunition Salvage items proposal, The Bidder is to until such time that the Contractor has acknowledge that The Crown completed the Full Demil work and The retains ownership of A&E, MS, A Crown has receive a Certificate of to P and Ammunition Salvage Demilitarization (Appendix B7) for each inventory. item. At the time of the Bidder’s 3.5.6.1 proposal, The Bidder is to acknowledge that a Certificate of Demilitarization is required for each item being Demil. 7 3.2.2 Once the Contractor has completed the Full At the time of the Bidder’s 1.6.4.3.3, Demil, the Contractor is then responsible proposal, The Bidder is to 1.6.7, for the final disposal of any hazardous acknowledge its company’s 1.6.7.6, waste and material scrap. responsibilities regarding final 3.3.3.1.1. material scrap and hazardous waste 3.3.3.1.2, disposal. 3.3.3.1.3, 3.3.3.1.4, 3.3.3.1.5, 3.5.5.6.2, 3.5.6.1, 3.6.2.4, 3.6.2.4.2, and 3.14.1.1.5 This document RDIMS File 3421887

Appendix C1 - 2/38 Appendix C1 To Annex C, Full Demil Bid Eval X-Ref RDIMS 3421866 Dated: 31 December 2013 Full Demil of A&E, MS, A to P and Ammunition Salvage Bid Eval Mandatory Criteria

Bidder/Company Name:

NOTE: As stated in Annex C, Para 1.3.3.1.1: Only bids that meet the mandatory criteria and found to be compliant will proceed to the point rating phase (Appendix C2)

Serial Reference Mandatory Criteria Crown’s Required Deliverables Bidder’s Response To be Completed by the Crown Amplifying Annex B (Proof of Compliance) Compliant Not Comments Para’s Compliant

8 3.2.2.1 The Final Disposal of any material scrap At the time of the Bidder’s 1.6.4, must be completed by utilizing acceptable proposal, The Bidder must 1.6.7 industrial standards. demonstrate how its company will 3.3.1.1, achieve final material disposal. 3.5.5.7, 9 3.2.2.2 The final Disposal of any hazardous waste At the time of the Bidder’s 1.6.7, must be completed by utilizing acceptable proposal, The Bidder must 3.3.3.1.1. industrial standards and endorsed by demonstrate how its company will 3.3.3.1.2, appropriate government environmental achieve final hazardous waste 3.3.3.1.3, office(s). disposal. 3.3.3.1.4, 3.3.3.1.5, 3.5.5.6.2, 3.5.6.1, 3.6.2.1, 3.6.2.4, 3.6.2.4.2, and 3.14.1.1.5

This Space Intentional Left Blank

This document RDIMS File 3421887

Appendix C1 - 3/38 Appendix C1 To Annex C, Full Demil Bid Eval X-Ref RDIMS 3421866 Dated: 31 December 2013 Full Demil of A&E, MS, A to P and Ammunition Salvage Bid Eval Mandatory Criteria

Bidder/Company Name:

NOTE: As stated in Annex C, Para 1.3.3.1.1: Only bids that meet the mandatory criteria and found to be compliant will proceed to the point rating phase (Appendix C2)

Serial Reference Mandatory Criteria Crown’s Required Deliverables Bidder’s Response To be Completed by the Crown Amplifying Annex B (Proof of Compliance) Compliant Not Comments Para’s Compliant

3.3.1 Proven Technology 10 3.3.1.1 The Contractor must only utilize At the time of the Bidder’s 1.6.5, recognized technologies currently in use proposal, The Bidder is to declare 3.3.3.1.5, and proven by other countries. In its Full Demil equipment including 3.5.2, addition, these technologies must not the OGT system (if applicable): 1) 3.5.5, have been involved in an industrial the equipment type, name, 3.5.5.4, manufacture of the equipment 2) 3.5.5.5, and A&E accident (where the equipment provide certificated documentation 3.5.5.6, was found to be at fault) within the last where its company equipment is five years. The technologies must currently in use and incorporate appropriate pollution 3) Who was the approving authority control measures such as an abatement that authorized the equipment? system (Off Gas Treatment (OGT)) for air emissions and liquid waste treatment for neutralizing energetic materials and other substances of concern. The technologies must also include solid residue processing by thermal or chemical treatment, dis-assembling, size reduction, mutilating the A&E components and MS in which the processing facility’s final product must be creditable and certifiable for final

This document RDIMS File 3421887

Appendix C1 - 4/38 Appendix C1 To Annex C, Full Demil Bid Eval X-Ref RDIMS 3421866 Dated: 31 December 2013 Full Demil of A&E, MS, A to P and Ammunition Salvage Bid Eval Mandatory Criteria

Bidder/Company Name:

NOTE: As stated in Annex C, Para 1.3.3.1.1: Only bids that meet the mandatory criteria and found to be compliant will proceed to the point rating phase (Appendix C2)

Serial Reference Mandatory Criteria Crown’s Required Deliverables Bidder’s Response To be Completed by the Crown Amplifying Annex B (Proof of Compliance) Compliant Not Comments Para’s Compliant

material scrap disposal to recycling companies. The environmental requirements are specified in para 3.6. 10A 3.3.1.1 At the time of the Bidder’s 3.5.5.2 proposal, The Bidder is to prove by certification that its proposed Full Demil Equipment has not been in an industrial accident within the past five years. 3.3.2 Temperature and Duration 11 3.3.2.1, and Thermal Treatment equipment capable of At the time of the Bidder’s 3.3.1, 3.3.2.1.2 neutralizing A&E energetics and MS proposal, The Bidder is to 3.11.3 energetic residue must comply with the acknowledge the thermal treatment minimum temperatures and durations. The equipment temperature and contractor must certify and provide duration. In addition the Bidder is supporting documentation that their thermal to certify its company’s equipment treatment capability meets and operating at main incinerators chamber (kiln) the temperature and duration detailed in operating temperature and its Para’s 3.3.2.1.1 and 3.3.2.1.2 duration.

This document RDIMS File 3421887

Appendix C1 - 5/38 Appendix C1 To Annex C, Full Demil Bid Eval X-Ref RDIMS 3421866 Dated: 31 December 2013 Full Demil of A&E, MS, A to P and Ammunition Salvage Bid Eval Mandatory Criteria

Bidder/Company Name:

NOTE: As stated in Annex C, Para 1.3.3.1.1: Only bids that meet the mandatory criteria and found to be compliant will proceed to the point rating phase (Appendix C2)

Serial Reference Mandatory Criteria Crown’s Required Deliverables Bidder’s Response To be Completed by the Crown Amplifying Annex B (Proof of Compliance) Compliant Not Comments Para’s Compliant

3.4 Other Related Requirements Witnessing 12 3.4.1 The Contractor must provide office space At the time of the Bidder’s 3.4.1.1 and individual work space for The Crowns proposal, The Bidder is to personnel assigned to the Contractors acknowledge that it must provide Demil Facility as Controlled Goods office and work space for The witnessing personnel Crown witness(es)

This Space Intentional Left Blank

This document RDIMS File 3421887

Appendix C1 - 6/38 Appendix C1 To Annex C, Full Demil Bid Eval X-Ref RDIMS 3421866 Dated: 31 December 2013 Full Demil of A&E, MS, A to P and Ammunition Salvage Bid Eval Mandatory Criteria

Bidder/Company Name:

NOTE: As stated in Annex C, Para 1.3.3.1.1: Only bids that meet the mandatory criteria and found to be compliant will proceed to the point rating phase (Appendix C2)

Serial Reference Mandatory Criteria Crown’s Required Deliverables Bidder’s Response To be Completed by the Crown Amplifying Annex B (Proof of Compliance) Compliant Not Comments Para’s Compliant

3.4.2 Security 13 3.4.2.1 The Contractor must implement Canada's At the time of the Bidder’s 1.3.1, Security regulations. proposal, The Bidder is to 1.6.7.1, acknowledge all the mandatory 3.4.2.1.1, security requirements. 3.4.2.1.2, 3.4.3, 3.4.4, 3.4.5, and Appendix B5 13A 3.4.2.1.3, At the time of the Bidder’s and proposal, The Bidder is to provide a 3.4.2.1.4 certified copy of the approving authority’s letter from each of the following departments: RCMP and National Defence Security Policy (NDSP); or 13B DND/CAF recognizes that the Bidder’s company may not have all the mandatory security requirements in place at this time; then the Bidder must provide a copy of their letter of intent with acknowledgement by RCMP and NDSP and expected approval dated.

This document RDIMS File 3421887

Appendix C1 - 7/38 Appendix C1 To Annex C, Full Demil Bid Eval X-Ref RDIMS 3421866 Dated: 31 December 2013 Full Demil of A&E, MS, A to P and Ammunition Salvage Bid Eval Mandatory Criteria

Bidder/Company Name:

NOTE: As stated in Annex C, Para 1.3.3.1.1: Only bids that meet the mandatory criteria and found to be compliant will proceed to the point rating phase (Appendix C2)

Serial Reference Mandatory Criteria Crown’s Required Deliverables Bidder’s Response To be Completed by the Crown Amplifying Annex B (Proof of Compliance) Compliant Not Comments Para’s Compliant

3.4.3 Access Control 14 3.4.3.1 Only authorized personnel are to be given At the time of the Bidder’s 3.4.2, unescorted access to an explosives storage proposal, The Bidder is to 3.4.3.2, area/facility. A visitor is defined as any acknowledge all the mandatory 3.4.3.3, individual authorized entry to the Access Control requirements. 3.4.5 explosives area, which do not have the facility as their primary place of work/duty. Visitors, who routinely require access to the explosives area, such as security, firefighters, contractors performing scheduled routine maintenance, 14A 3.4.3.4 At the time of the Bidder’s proposal, The Bidder must demonstrate and provide details regarding Access Control

This Space Intentional Left Blank

This document RDIMS File 3421887

Appendix C1 - 8/38 Appendix C1 To Annex C, Full Demil Bid Eval X-Ref RDIMS 3421866 Dated: 31 December 2013 Full Demil of A&E, MS, A to P and Ammunition Salvage Bid Eval Mandatory Criteria

Bidder/Company Name:

NOTE: As stated in Annex C, Para 1.3.3.1.1: Only bids that meet the mandatory criteria and found to be compliant will proceed to the point rating phase (Appendix C2)

Serial Reference Mandatory Criteria Crown’s Required Deliverables Bidder’s Response To be Completed by the Crown Amplifying Annex B (Proof of Compliance) Compliant Not Comments Para’s Compliant

3.4.4 Key Control 15 3.4.4.1 All keys to areas, sites, structures, At the time of the Bidder’s 3.4.2, buildings, magazines, vehicles, offices, proposal, The Bidder is to 3.4.4.2, desk, storage lockers and gates associated acknowledge all the mandatory Key 3.4.4.3, with the facility are to be listed in a master Control requirements. 3.4.4.5 register. The number of keys in use should 3.4.5 be kept to the absolute minimum based on operationally necessary. Keys should not be permanently issued to any individual. All keys providing access to controlled areas, sites, structures, buildings, magazine, offices and gates are to be returned at the end of normal working hours to the issue control point. 15A 3.4.4.6 At the time of the Bidder’s proposal, The Bidder must demonstrate and provide details regarding Key Control

This document RDIMS File 3421887

Appendix C1 - 9/38 Appendix C1 To Annex C, Full Demil Bid Eval X-Ref RDIMS 3421866 Dated: 31 December 2013 Full Demil of A&E, MS, A to P and Ammunition Salvage Bid Eval Mandatory Criteria

Bidder/Company Name:

NOTE: As stated in Annex C, Para 1.3.3.1.1: Only bids that meet the mandatory criteria and found to be compliant will proceed to the point rating phase (Appendix C2)

Serial Reference Mandatory Criteria Crown’s Required Deliverables Bidder’s Response To be Completed by the Crown Amplifying Annex B (Proof of Compliance) Compliant Not Comments Para’s Compliant

16 3.4.4.7 Prohibited Articles please see The Crown’s At the time of the Bidder’s 1.3.1, Explosive Safety Requirements as detailed proposal, The Bidder is to 1.3.3.1, in Appendix B5. acknowledge all The Crown’s 1.5.2, Explosive Safety Requirements 1.6.1, including prohibited articles. 1.6.2, 1.6.3, 3.4.5, 3.5.5.2, 3.7, 3.9.1.1, and Appendix B5

This Space Intentional Left Blank

This document RDIMS File 3421887

Appendix C1 - 10/38 Appendix C1 To Annex C, Full Demil Bid Eval X-Ref RDIMS 3421866 Dated: 31 December 2013 Full Demil of A&E, MS, A to P and Ammunition Salvage Bid Eval Mandatory Criteria

Bidder/Company Name:

NOTE: As stated in Annex C, Para 1.3.3.1.1: Only bids that meet the mandatory criteria and found to be compliant will proceed to the point rating phase (Appendix C2)

Serial Reference Mandatory Criteria Crown’s Required Deliverables Bidder’s Response To be Completed by the Crown Amplifying Annex B (Proof of Compliance) Compliant Not Comments Para’s Compliant

3.5.2 Equipment Modification 17 3.5.2.1 Contractor must not modify Demil At the time of the Bidder’s 1.6.5, equipment for applications other than its proposal, The Bidder must 3.3.1, intended design use without prior approval acknowledge the contractors Full 3.3.3.1.5, from The Crown’s Technical Authority Demil Equipment is to operate as 3.5.5, (TA) and the Original Equipment originally designed. 3.5.5.4, and Manufacture (OEM). Wherever and 3.5.5.5, whenever required, the TA will collaborate with the Contractor regarding any proposed modifications or design deviations. Where modification or alteration has taken place, the OEM will determine if the modification or alteration adversely affects the performance of the equipment to achieve its purpose or prevents adherence to any of the Crown’s Full Demil requirements. The facility and equipment must be operated in accordance with Explosive and Environmental licenses. Any changes to approved operating procedures must be approved by NRCan and the appropriate Environment Government office, except when the stack emissions are involved; then DND/CAF Stack Emissions (Appendix B6) are regulated by TA through the CA This document RDIMS File 3421887

Appendix C1 - 11/38 Appendix C1 To Annex C, Full Demil Bid Eval X-Ref RDIMS 3421866 Dated: 31 December 2013 Full Demil of A&E, MS, A to P and Ammunition Salvage Bid Eval Mandatory Criteria

Bidder/Company Name:

NOTE: As stated in Annex C, Para 1.3.3.1.1: Only bids that meet the mandatory criteria and found to be compliant will proceed to the point rating phase (Appendix C2)

Serial Reference Mandatory Criteria Crown’s Required Deliverables Bidder’s Response To be Completed by the Crown Amplifying Annex B (Proof of Compliance) Compliant Not Comments Para’s Compliant

3.5.5 Full Demil Process and Methods 18A 3.5.5.1 The Contractor must utilize the safest At the time of the Bidder’s 1.6.1, method of Demil, in addition the Demil proposal, The Bidder must 1.6.3, method must be the most cost effective acknowledge that the Contractor 1.6.5, means to fully demilitarize the A&E, MS, process and operation must be 3.3.1, A to P and Ammunition Salvage inventory conducted under the safest Demil 3.3.3.1.5, being offered by The Crown (as categorized methods. 3.5.5, in Section 3 and amplified in Appendix 3.5.5.4, B4’s 26 attachments). 3.5.5.5, and 3.5.5.6 3.5.5.1 At the time of the Bidder’s 1.6.1, proposal, The Bidder must 1.6.3, acknowledge that the Contractor’s 1.6.5, process and operation must be cost 3.3.1, efficient. 3.3.3.1.5, 3.5.5, 3.5.5.4, 3.5.5.5, and 3.5.5.6

This document RDIMS File 3421887

Appendix C1 - 12/38 Appendix C1 To Annex C, Full Demil Bid Eval X-Ref RDIMS 3421866 Dated: 31 December 2013 Full Demil of A&E, MS, A to P and Ammunition Salvage Bid Eval Mandatory Criteria

Bidder/Company Name:

NOTE: As stated in Annex C, Para 1.3.3.1.1: Only bids that meet the mandatory criteria and found to be compliant will proceed to the point rating phase (Appendix C2)

Serial Reference Mandatory Criteria Crown’s Required Deliverables Bidder’s Response To be Completed by the Crown Amplifying Annex B (Proof of Compliance) Compliant Not Comments Para’s Compliant

19 3.5.5.2 In performance of the work, the Contractor At the time of the Bidder’s 1.3, must respect and comply with all national proposal, The Bidder must 1.6.1, and international Legislation, Acts, acknowledge that the Contractor 1.6.3, Treaties, local laws and regulations for will respect and comply with all 1.6.4, storing, handling, processing, national and international 1.6.7, importing/exporting A&E, explosive safety, Legislation, Acts, Treaties, local 1.6.8 environmental policies and CGR. The laws and regulations for storing, Contractor must take all reasonable and handling, processing, practical measures to protect the public and importing/exporting A&E, its employees against accidents, to explosive safety, environmental safeguard the environment, even though policies and CGR and that the such measures may exceed the minimum Contractor will take all reasonable legal requirements. and practical measures to protect the public and its employees against accidents, to safeguard the environment, even though such measures may exceed the minimum legal requirements.

This document RDIMS File 3421887

Appendix C1 - 13/38 Appendix C1 To Annex C, Full Demil Bid Eval X-Ref RDIMS 3421866 Dated: 31 December 2013 Full Demil of A&E, MS, A to P and Ammunition Salvage Bid Eval Mandatory Criteria

Bidder/Company Name:

NOTE: As stated in Annex C, Para 1.3.3.1.1: Only bids that meet the mandatory criteria and found to be compliant will proceed to the point rating phase (Appendix C2)

Serial Reference Mandatory Criteria Crown’s Required Deliverables Bidder’s Response To be Completed by the Crown Amplifying Annex B (Proof of Compliance) Compliant Not Comments Para’s Compliant

20 3.5.5.3 and The Contractor is to provide a certified hard At the time of the Bidder’s proposal 1.3.1, 3.6 copy of their company's licenses, permits, submission, the Bidder must 1.6.7, and environmental assessments. These provide a certified and legible hard 3.5.2, licences, permits and assessment must be copy of the follow below list 3.6, and maintained throughout the awarded contract criteria: 3.10.3 and at the expense of the contractor 20A 3.5.5.3 An NRCan’s issued licence for the 1.3.1, and Bidders company’s Full Demil 1.6.7.1 operation; or DND/CAF recognizes that the Bidder’s company may not have an approved licence at this time; then the Bidder must provide a copy of their letter of intent with acknowledgement by NRCan. 21 3.5.5.5 The Contractor shall endeavour to select At the time of the Bidder’s proposal 1.6.2, technologies and equipment which reduce submission, the Bidder must 1.6.3, to the greatest extent possible the human acknowledge that its company’s 1.6.4, interaction with the ammunition and selection of Demil equipment is 1.6.5, explosives being demilitarized, while at the critical to efficiency, effectiveness 1.6.6, same time maximizing the capacity, and that the Full Demil processing 3.3.1, capability and throughput of the equipment capability must be credible and 3.5.5.6 being employed. certifiable.

This document RDIMS File 3421887

Appendix C1 - 14/38 Appendix C1 To Annex C, Full Demil Bid Eval X-Ref RDIMS 3421866 Dated: 31 December 2013 Full Demil of A&E, MS, A to P and Ammunition Salvage Bid Eval Mandatory Criteria

Bidder/Company Name:

NOTE: As stated in Annex C, Para 1.3.3.1.1: Only bids that meet the mandatory criteria and found to be compliant will proceed to the point rating phase (Appendix C2)

Serial Reference Mandatory Criteria Crown’s Required Deliverables Bidder’s Response To be Completed by the Crown Amplifying Annex B (Proof of Compliance) Compliant Not Comments Para’s Compliant

22 3.5.5.6 When safe to do so and without At the time of the Bidder’s proposal 1.6.2, compromising the safety of personnel and submission, the Bidder is to 1.6.3, based on the contractor’s equipment acknowledge this point and as it 1.6.4, design/capability/type, the Contractor will be evaluated in Annex C 1.6.5, should expose the energetics by certain Appendix C2 1.6.6, methods like: de-confine, dis-assemble, 3.3.1, and break down or size reduce all A&E to the 3.5.5.5 greatest extent possible in order to facilitate:

The safe thermal, chemical or mechanical deactivation and subsequent treatment processes;

The isolation and removal of identified hazardous or toxic components deemed not suitable for further Demil; 23 3.5.5.8 The Contractor must eliminate A&E At the time of the Bidder’s proposal 1.4.1.1, energetics and MS energetic residues before submission, the Bidder is to 1.6.4, mutilation and before being consider acknowledge that the nullifying of 3.3.1.1, releasing energetic-free material scrap as energetics and trace residue must be 3.3.2.1, part as the final disposal of material scrap accomplished first prior to any 3.3.2.1.2, mutilation. 3.3.3.1.4, 3.3.3.1.5, and

This document RDIMS File 3421887

Appendix C1 - 15/38 Appendix C1 To Annex C, Full Demil Bid Eval X-Ref RDIMS 3421866 Dated: 31 December 2013 Full Demil of A&E, MS, A to P and Ammunition Salvage Bid Eval Mandatory Criteria

Bidder/Company Name:

NOTE: As stated in Annex C, Para 1.3.3.1.1: Only bids that meet the mandatory criteria and found to be compliant will proceed to the point rating phase (Appendix C2)

Serial Reference Mandatory Criteria Crown’s Required Deliverables Bidder’s Response To be Completed by the Crown Amplifying Annex B (Proof of Compliance) Compliant Not Comments Para’s Compliant

3.5.5.6 3.5.6 Receipt, Storage and Inventory Control 24 3.5.6.3 Upon receipt of the A&E at the At the time of the Bidder’s proposal 3.5.6.1, Contractor’s Demil or intermediate storage submission, the Bidder is to 3.5.6.2, facility, the Contractor must conduct an identify how its company will 3.5.6.4, inventory verification to ensure that A&E, control DND/CAF’s inventory 3.5.6.5, MS, A to P and Ammunition Salvage has while at the Contractor’s Full not been diverted or lost during Tpt. All Demil Site. discrepancies must be reported in writing, by the Contractor to TA within 24 hours or the next work day. The Contractor must provide an Initial Receipt Report to the TA and CA, categorized by quantity, description/nomenclature and lot in the form of a spreadsheet of all A&E shipments received at its facility within 24 hours after reception 25 3.5.6.4 During Demil processing, the Contractor At the time of the Bidder’s proposal 3.5.6.3, and must verify that the type and quantity of submission, the Bidder is to 3.5.6.5 A&E, A to P and Ammunition Salvage acknowledge the commodity contained in each package are the same as verification and discrepancies what is indicated by the package markings. criteria. All discrepancies must be reported, in writing, by the Contractor to the TA within 24 hours or the next work day

This document RDIMS File 3421887

Appendix C1 - 16/38 Appendix C1 To Annex C, Full Demil Bid Eval X-Ref RDIMS 3421866 Dated: 31 December 2013 Full Demil of A&E, MS, A to P and Ammunition Salvage Bid Eval Mandatory Criteria

Bidder/Company Name:

NOTE: As stated in Annex C, Para 1.3.3.1.1: Only bids that meet the mandatory criteria and found to be compliant will proceed to the point rating phase (Appendix C2)

Serial Reference Mandatory Criteria Crown’s Required Deliverables Bidder’s Response To be Completed by the Crown Amplifying Annex B (Proof of Compliance) Compliant Not Comments Para’s Compliant

3.5.7 Recover, Reuse and Recycle (R3) 26 3.5.7.1 The Contractor must maximize R3 value by At the time of the Bidder’s proposal 1.6.7.5, segregation of material scrap types resulting submission, the Bidder is to 1.6.8, from Full Demil operations including A to acknowledge the R3 requirements 3.2.2, P and Ammunition Salvage. Please see Para and will be evaluated in Annex C 3.3.1.1, 3.9 for more details Appendix C2. 3.3.3, 3.5.5, 3.5.6, 3.5.7, 3.6.2.4.1, 3.9, 3.12.4, 3.13.2, 3.14

This Space Intentional Left Blank

This document RDIMS File 3421887

Appendix C1 - 17/38 Appendix C1 To Annex C, Full Demil Bid Eval X-Ref RDIMS 3421866 Dated: 31 December 2013 Full Demil of A&E, MS, A to P and Ammunition Salvage Bid Eval Mandatory Criteria

Bidder/Company Name:

NOTE: As stated in Annex C, Para 1.3.3.1.1: Only bids that meet the mandatory criteria and found to be compliant will proceed to the point rating phase (Appendix C2)

Serial Reference Mandatory Criteria Crown’s Required Deliverables Bidder’s Response To be Completed by the Crown Amplifying Annex B (Proof of Compliance) Compliant Not Comments Para’s Compliant

27 Recovered, Reuse, Recycle (R3) Material/Components 27A 3.9.1 GSM 3.9.1.1 The Crown has a Government Supplied At the time of the Bidder’s proposal 1.6.7.5, Material (GSM) Program for A to P natures submission, the Bidder is to 1.6.8, listed in Appendix B8. Only serviceable acknowledge the GSM and to 3.2.2, GSM A to P natures that are recovered for explain how its company will 3.3.1.1, reuse, are to be forwarded to General honour GSM program. 3.3.3, Dynamics Ordnance and Tactical Systems 3.5.5, (GD-OTS) Canada following discussions 3.5.6, with the TA. All remaining A to P are 3.5.7, declared surplus to The Crown 3.6.2.4.1, requirements and must undergo an 3.9, Explosive Safety inspected and 3.12.4, certification, mutilated and converted to 3.13.2, recyclable material scrap by material type 3.14 unless otherwise directed by the TA. Any GSM natures found not serviceable must be mutilated and converted to material scrap.

This Space Intentional Left Blank

This document RDIMS File 3421887

Appendix C1 - 18/38 Appendix C1 To Annex C, Full Demil Bid Eval X-Ref RDIMS 3421866 Dated: 31 December 2013 Full Demil of A&E, MS, A to P and Ammunition Salvage Bid Eval Mandatory Criteria

Bidder/Company Name:

NOTE: As stated in Annex C, Para 1.3.3.1.1: Only bids that meet the mandatory criteria and found to be compliant will proceed to the point rating phase (Appendix C2)

Serial Reference Mandatory Criteria Crown’s Required Deliverables Bidder’s Response To be Completed by the Crown Amplifying Annex B (Proof of Compliance) Compliant Not Comments Para’s Compliant

27B 3.9.2 Ammunition Wood Pallets (NSN 3990-21- 901-7923 Serviceable - being of 40 inches x 48 At the time of the Bidder’s proposal 1.6.7.5, inched to dimension with one piece ¾ (or submission, the Bidder is to 1.6.8, 5/8) inch plywood top, solid 8 inch wooden acknowledge the return of 3.2.2, blocks and 3 x 5/8 inch plywood running serviceable Ammunition Wood 3.3.1.1, board that do not require repair must be Pallets and to explain how its 3.3.3, return to The Crown and delivery to be company will return this asset. 3.5.5, coordinated to one of the supporting 3.5.6, ammunition facilities mention below in 3.5.7, Para 3.10 3.6.2.4.1, 3.9, 3.12.4, 3.13.2, 3.14

This Space Intentional Left Blank

This document RDIMS File 3421887

Appendix C1 - 19/38 Appendix C1 To Annex C, Full Demil Bid Eval X-Ref RDIMS 3421866 Dated: 31 December 2013 Full Demil of A&E, MS, A to P and Ammunition Salvage Bid Eval Mandatory Criteria

Bidder/Company Name:

NOTE: As stated in Annex C, Para 1.3.3.1.1: Only bids that meet the mandatory criteria and found to be compliant will proceed to the point rating phase (Appendix C2)

Serial Reference Mandatory Criteria Crown’s Required Deliverables Bidder’s Response To be Completed by the Crown Amplifying Annex B (Proof of Compliance) Compliant Not Comments Para’s Compliant

27C 3.9.3 MS Wood Shipping Crates Para 3.5.4.4 descript the three (3) types of At the time of the Bidder’s proposal 1.6.7.5, wooden shipping crates that are utilized for submission, the Bidder is to 1.6.8, movement of MS in Canada. Serviceable acknowledge the return of 3.2.2, MS crates not requiring repair must be serviceable MS Wood Shipping 3.3.1.1, returned to The Crown and delivery to be crates and to explain how its 3.3.3, coordinated to one of the supporting company will return this asset. 3.5.5, ammunition facilities mentioned below Para 3.5.6, 3.10. 3.5.7, 3.6.2.4.1, 3.9, 3.12.4, 3.13.2, 3.14 3.6 Environmental Compliance 28 3.6.1.2 The Contractor must comply with all At the time of the Bidder’s proposal 1.6.4 Environmental laws and regulations submission, The Bidder must 1.6.7.3, applicable to the Demil and Disposal of demonstrate that its company will 1.6.8, A&E, MS, A to P and salvage. The be compliant with all 3.2.2.2, Contractor must provide evidence of Environmental requirements, 3.3.1.1, compliance with such laws to the CA and (including Appendix B6) 3.3.3.4.2, the TA at such times as they may 3.3.3.5.4, reasonably request. Further requirements to 3.6, and be determined (TBD) and/or provided at a 3.14

This document RDIMS File 3421887

Appendix C1 - 20/38 Appendix C1 To Annex C, Full Demil Bid Eval X-Ref RDIMS 3421866 Dated: 31 December 2013 Full Demil of A&E, MS, A to P and Ammunition Salvage Bid Eval Mandatory Criteria

Bidder/Company Name:

NOTE: As stated in Annex C, Para 1.3.3.1.1: Only bids that meet the mandatory criteria and found to be compliant will proceed to the point rating phase (Appendix C2)

Serial Reference Mandatory Criteria Crown’s Required Deliverables Bidder’s Response To be Completed by the Crown Amplifying Annex B (Proof of Compliance) Compliant Not Comments Para’s Compliant

later date. 29 3.6.1.3 The Contractor must obtain and maintain at At the time of the Bidder’s proposal its own cost all environmental permits, submission, The Bidders is to that licenses, regulatory approvals and the Contractor is to maintain all certificates required to perform the Work. licences, permits and at the Upon request from the CA, the Contractor Contractor’s expense. must provide a copy of any permit, licence, regulatory approval or certificate from any International, National/Federal, Provincial/Territorial/Municipal and/or other local environmental authority 29A At the time of the Bidder’s proposal submission, The Bidder is to provide a certificated hard copy of all environmental licenses and permits. 29B DND/CAF recognizes that the Bidder’s company may not have all the mandatory environmental licenses and permits in place at this time; then the Bidder must provide a copy of their letter of intent with acknowledgement by the appropriate environmental authority.

This document RDIMS File 3421887

Appendix C1 - 21/38 Appendix C1 To Annex C, Full Demil Bid Eval X-Ref RDIMS 3421866 Dated: 31 December 2013 Full Demil of A&E, MS, A to P and Ammunition Salvage Bid Eval Mandatory Criteria

Bidder/Company Name:

NOTE: As stated in Annex C, Para 1.3.3.1.1: Only bids that meet the mandatory criteria and found to be compliant will proceed to the point rating phase (Appendix C2)

Serial Reference Mandatory Criteria Crown’s Required Deliverables Bidder’s Response To be Completed by the Crown Amplifying Annex B (Proof of Compliance) Compliant Not Comments Para’s Compliant

30 3.6.2.1 The Thermal or Chemical Treatment At the time of the Bidder’s proposal equipment must be fitted with a pollution submission, The Bidders is to abatement system sufficient to comply with acknowledge the mandatory DND/CAF stack emission standards in pollution abatement (Off Gas addition to federal, provincial/territorial and Treatment system) requirements local stack emission standards. Liquid waste when any incinerator is being treatment must comply with all standards and utilized. criteria for stack emissions and waste water discharge limits that are in effect at the location where the demilitarization is to take place.

The abatement system for air emissions must comply with the stack emission limits outlined in Appendix B6 in addition to air emission standards that are in effect at the location where the demilitarization is to take place.

The liquid waste treatment system must comply with the waste water discharge limits established by any Federal, Provincial/Territorial, Municipal regulation that is in effect at the location where the demilitarization is to take place. This document RDIMS File 3421887

Appendix C1 - 22/38 Appendix C1 To Annex C, Full Demil Bid Eval X-Ref RDIMS 3421866 Dated: 31 December 2013 Full Demil of A&E, MS, A to P and Ammunition Salvage Bid Eval Mandatory Criteria

Bidder/Company Name:

NOTE: As stated in Annex C, Para 1.3.3.1.1: Only bids that meet the mandatory criteria and found to be compliant will proceed to the point rating phase (Appendix C2)

Serial Reference Mandatory Criteria Crown’s Required Deliverables Bidder’s Response To be Completed by the Crown Amplifying Annex B (Proof of Compliance) Compliant Not Comments Para’s Compliant

30A At the time of the Bidder’s proposal submission, The Bidders is to acknowledge that DND/CAF stack Emission Limits (Annex B Appendix B6) maybe stricter for the many provinces and that DND/CAF Stack emissions limits supersede any current provincial regulated limit. 31 3.6.2.2 Any thermal treatment equipment such as the At the time of the Bidder’s proposal following: de-activation incinerators like submission, The Bidders is to furnaces, kilns, rotary kilns, Closed demonstrate how its company will Detonation Chamber (CDC), Static be compliant to emissions Detonation Chamber (SDC) and flashing monitoring. furnace type units must be fitted with a permanent or portable emission monitoring system which will enable the compliance with air emission standards 32 3.6.2.3 The thermal treatment system must include an At the time of the Bidder’s proposal emergency shutdown capability or be capable submission, The Bidders is to of restricting the operator from allowing demonstrate its emergency further feeding into the equipment in the case shutdown capability. of equipment failure/feed rate, OGT failure or emissions going over the regulatory limits. An audible or visual alarm must be affixed;

This document RDIMS File 3421887

Appendix C1 - 23/38 Appendix C1 To Annex C, Full Demil Bid Eval X-Ref RDIMS 3421866 Dated: 31 December 2013 Full Demil of A&E, MS, A to P and Ammunition Salvage Bid Eval Mandatory Criteria

Bidder/Company Name:

NOTE: As stated in Annex C, Para 1.3.3.1.1: Only bids that meet the mandatory criteria and found to be compliant will proceed to the point rating phase (Appendix C2)

Serial Reference Mandatory Criteria Crown’s Required Deliverables Bidder’s Response To be Completed by the Crown Amplifying Annex B (Proof of Compliance) Compliant Not Comments Para’s Compliant

3.7 Explosive Safety Compliance 3.7.1 Qualifications 33 3.7.1.1 The Contractor must have the capability and capacity to accomplish the Full Demil and provide supporting documentation that will demonstrate the Contractor is or will be compliant as follows: 33A 3.7.1.1.1 Responsibility to ensure that personnel At the time of the Bidder’s proposal employed in the Full Demil of A&E, MS, A submission, The Bidders is to to P and Ammunition Salvage possess the acknowledge the employment of necessary qualifications commensurate with personnel when it applies to EO. the inventory that will undergo the Full Demil process as it applies to defence Explosive Ordnance (EO);

This Space Intentional Left Blank

This document RDIMS File 3421887

Appendix C1 - 24/38 Appendix C1 To Annex C, Full Demil Bid Eval X-Ref RDIMS 3421866 Dated: 31 December 2013 Full Demil of A&E, MS, A to P and Ammunition Salvage Bid Eval Mandatory Criteria

Bidder/Company Name:

NOTE: As stated in Annex C, Para 1.3.3.1.1: Only bids that meet the mandatory criteria and found to be compliant will proceed to the point rating phase (Appendix C2)

Serial Reference Mandatory Criteria Crown’s Required Deliverables Bidder’s Response To be Completed by the Crown Amplifying Annex B (Proof of Compliance) Compliant Not Comments Para’s Compliant

33B 3.7.1.1.2 In order to conduct any of the following At the time of the Bidder’s proposal defence EO related activities the following submission, The Bidders is to qualified personnel in sufficient numbers to acknowledge the mandatory conduct the tasks identified are required. qualifications requirements EO For contractor submissions originating related activities. . outside of Canada, the equivalent level of qualifications identified below must be demonstrated. Equivalent level of qualification submissions must be accompanied by the course syllabus, or other equivalent document and verifiable proof of course completion must be made to TA through CA so that an equivalency determination may be made by DAER 33C 3.7.1.1.3 Where a determination is to be made as to At the time of the Bidder’s proposal the condition, identification, or to confirm submission, The Bidders is to the level 3 verification status of an demonstrate its personnel positions ammunition or explosive item as detail in and the qualification of its all subpara’s listed at 3.7.1.1.3, 3.7.1.1.4, employees. 3.7.1.1.5.

This document RDIMS File 3421887

Appendix C1 - 25/38 Appendix C1 To Annex C, Full Demil Bid Eval X-Ref RDIMS 3421866 Dated: 31 December 2013 Full Demil of A&E, MS, A to P and Ammunition Salvage Bid Eval Mandatory Criteria

Bidder/Company Name:

NOTE: As stated in Annex C, Para 1.3.3.1.1: Only bids that meet the mandatory criteria and found to be compliant will proceed to the point rating phase (Appendix C2)

Serial Reference Mandatory Criteria Crown’s Required Deliverables Bidder’s Response To be Completed by the Crown Amplifying Annex B (Proof of Compliance) Compliant Not Comments Para’s Compliant

34 3.7.2.1 The Contractor must report all ammunition At the time of the Bidder’s proposal related accidents/incidents resulting in submission, The Bidders is to death or injury to personnel and/or damage acknowledge ammunition accident to equipment and/or potential hazardous and incident reporting criteria. situation that could affect the general public to NRCan in writing no later than the next working day of the occurrence/observation. The Contractor will also ensure a copy of the report is forwarded by fastest means to the DND TA and PWGSC CA. 35 3.7.3.1 The Crown procured A&E by different At the time of the Bidder’s proposal 3.7.3.2, and methods and in doing so “Technical Data submission, The Bidders is to 3.7.3.3 Drawing(s)” and technical data information acknowledge that DND/CAF may (TDI), (hereafter referred as TDP) were not or may not release any TDI. always part of the procurement or the A&E source country’s government has not/or will not release the TDP. 35A At the time of the Bidder’s proposal 3.7.3.2, and submission, The Bidders is to 3.7.3.3 explain how its company will proceeded without any information being provided by DND/CAF.

This document RDIMS File 3421887

Appendix C1 - 26/38 Appendix C1 To Annex C, Full Demil Bid Eval X-Ref RDIMS 3421866 Dated: 31 December 2013 Full Demil of A&E, MS, A to P and Ammunition Salvage Bid Eval Mandatory Criteria

Bidder/Company Name:

NOTE: As stated in Annex C, Para 1.3.3.1.1: Only bids that meet the mandatory criteria and found to be compliant will proceed to the point rating phase (Appendix C2)

Serial Reference Mandatory Criteria Crown’s Required Deliverables Bidder’s Response To be Completed by the Crown Amplifying Annex B (Proof of Compliance) Compliant Not Comments Para’s Compliant

3.8 Controlled Goods Register 36 3.8.1 The Contractors must be registered with At the time of the Bidder’s proposal 3.8.1, PWGSC Controlled Goods Directorate submission The Bidder to provided 1.6.1, their companies PWGSC 3.4.1, Controlled Goods Registration 3.5.5.2, number. 3.7.3.2, and 3.10.9, 3.13.3,

37 3.8.2 All The Contractors’ Demil personnel At the time of the Bidder’s proposal employed must be controlled goods trained submission The Bidder is to and meet Controlled Goods criteria. acknowledge that all employees’ must be controlled goods trained. 3.10 Transportation 38 3.10.1 The bulk of the backlog of A&E and MS is At the time of the Bidder’s proposal 3.5.1, currently located at CFAD Dundurn, submission The Bidder is to 3.5.2.2, and Saskatchewan (Dundurn holds some A to P acknowledge the bulk backlog 3.10.4 and Ammunition Salvage). movement requirements from Dundurn ad that the actual quantities to be released to the Contractor transportation agency.

This document RDIMS File 3421887

Appendix C1 - 27/38 Appendix C1 To Annex C, Full Demil Bid Eval X-Ref RDIMS 3421866 Dated: 31 December 2013 Full Demil of A&E, MS, A to P and Ammunition Salvage Bid Eval Mandatory Criteria

Bidder/Company Name:

NOTE: As stated in Annex C, Para 1.3.3.1.1: Only bids that meet the mandatory criteria and found to be compliant will proceed to the point rating phase (Appendix C2)

Serial Reference Mandatory Criteria Crown’s Required Deliverables Bidder’s Response To be Completed by the Crown Amplifying Annex B (Proof of Compliance) Compliant Not Comments Para’s Compliant

39 3.10.2 The bulk of the annual recurring A&E, MS, At the time of the Bidder’s proposal 3.5.1, A to P and Ammo Salvage is currently submission The Bidder is to 3.5.2.2, and located across Canada at DND/CAF acknowledge that the annual 3.10.4 installations (para 3.10.2.1). The movement (recurring) A&E, MS, A to P and of these assets requires coordination Ammo Salvage will be located between the Contractor and the TA on a across Canada and that it will the mutually agreed upon schedule. Bidder’s company responsibility Responsibility for the Tpt and related cost and cost to move these asset to the or special requirements for the A&E, MS, contractors Full Demil facility. A to P and Ammo Salvage from The Crown's property to the Contractor Demil Facility will be the Contractor’s responsibility 40 3.10.3 The Contractor must obtain at the At the time of the Bidder’s proposal 3.10.9 contractor’s cost and provide a copy of all submission The Bidder is to licences, permits and dangerous goods acknowledge transportation of documentation required for the movement dangerous goods requirements. of A&E, MS, A to P and Ammo Salvage within Canada as applicable. IAW Appendix B1 Refs "AD and BG" states that movement of A&E in Canada requires an NRCan ammunition control number.

This document RDIMS File 3421887

Appendix C1 - 28/38 Appendix C1 To Annex C, Full Demil Bid Eval X-Ref RDIMS 3421866 Dated: 31 December 2013 Full Demil of A&E, MS, A to P and Ammunition Salvage Bid Eval Mandatory Criteria

Bidder/Company Name:

NOTE: As stated in Annex C, Para 1.3.3.1.1: Only bids that meet the mandatory criteria and found to be compliant will proceed to the point rating phase (Appendix C2)

Serial Reference Mandatory Criteria Crown’s Required Deliverables Bidder’s Response To be Completed by the Crown Amplifying Annex B (Proof of Compliance) Compliant Not Comments Para’s Compliant

41 3.10.5 The Contractor must respect all national At the time of the Bidder’s proposal submission 3.10.9 and international regulations for Tpt of The Bidder is to acknowledge all Tpt A&E in all countries that the shipments requirement for Dangerous Goods including any will transit through additional security requirements instilled by DND/CAF.

This Space Intentional Left Blank

This document RDIMS File 3421887

Appendix C1 - 29/38 Appendix C1 To Annex C, Full Demil Bid Eval X-Ref RDIMS 3421866 Dated: 31 December 2013 Full Demil of A&E, MS, A to P and Ammunition Salvage Bid Eval Mandatory Criteria

Bidder/Company Name:

NOTE: As stated in Annex C, Para 1.3.3.1.1: Only bids that meet the mandatory criteria and found to be compliant will proceed to the point rating phase (Appendix C2)

Serial Reference Mandatory Criteria Crown’s Required Deliverables Bidder’s Response To be Completed by the Crown Amplifying Annex B (Proof of Compliance) Compliant Not Comments Para’s Compliant

42 3.10.7 The supporting Ammunition facility At the time of the Bidder’s proposal submission 3.10.9 staff will perform the loading operations The Bidder is to acknowledge the impacts of (i.e. including bracing and palletizing). TRA and the requirements for the Bidders Full Off-loading operations and any Demil Company to have the capability to hold movement beyond the initial loading site 30 to 90 days of inventory waiting Demil must be the Contractor’s responsibility. processing. If required, the Contractor must pre- position any trailer or ISO 20 ft containers at least (7) seven calendar days before the planned movement date. The Contractor must provide a minimum of forty (40) calendar days advance notice to transport ammunition to accommodate the “security requirements of a threat and risk assessment (TRA) (Appendix B1 Ref BG) which includes “point to point tracking” (i.e. satellite tracking) of ammunition shipments. TRA for Canada shipments takes up to 30 days to gain A&E shipment and route approval. The Crown is responsible to request TRA.

This document RDIMS File 3421887

Appendix C1 - 30/38 Appendix C1 To Annex C, Full Demil Bid Eval X-Ref RDIMS 3421866 Dated: 31 December 2013 Full Demil of A&E, MS, A to P and Ammunition Salvage Bid Eval Mandatory Criteria

Bidder/Company Name:

NOTE: As stated in Annex C, Para 1.3.3.1.1: Only bids that meet the mandatory criteria and found to be compliant will proceed to the point rating phase (Appendix C2)

Serial Reference Mandatory Criteria Crown’s Required Deliverables Bidder’s Response To be Completed by the Crown Amplifying Annex B (Proof of Compliance) Compliant Not Comments Para’s Compliant

43 3.10.8 The Tpt of UXO recovered from the At the time of the Bidder’s proposal 3.10.9 unpacking of MS must not occur on public submission The Bidder is to roads, highway etc, therefore, the acknowledge the movement and destruction area must be collocated on the disposal of UXO once discovered Contractor Demil Facility site from the MS processing. 3.11 Records and Returns 44 3.11.1 All records must be retained for a minimum At the time of the Bidder’s proposal of 6 years or unless otherwise specified submission The Bidder is to acknowledge records retention criteria. 45 3.11.2 The Contractor must maintain up to date At the time of the Bidder’s proposal records showing the date each LOT and/or submission The Bidder is to sub-LOT of A&E was received and Demil acknowledge records retention of A&E, MS, A to P and salvage by, the criteria type/quantity of components and material recovered, and the method of Demil/disposed of. These records will be subject to audit by the CA and TA and must be retained for a minimum of 6 years commencing from the date when the Demil was completed

This document RDIMS File 3421887

Appendix C1 - 31/38 Appendix C1 To Annex C, Full Demil Bid Eval X-Ref RDIMS 3421866 Dated: 31 December 2013 Full Demil of A&E, MS, A to P and Ammunition Salvage Bid Eval Mandatory Criteria

Bidder/Company Name:

NOTE: As stated in Annex C, Para 1.3.3.1.1: Only bids that meet the mandatory criteria and found to be compliant will proceed to the point rating phase (Appendix C2)

Serial Reference Mandatory Criteria Crown’s Required Deliverables Bidder’s Response To be Completed by the Crown Amplifying Annex B (Proof of Compliance) Compliant Not Comments Para’s Compliant

46 3.11.3 The Contractor must maintain and retain At the time of the Bidder’s proposal detailed data identifying equipment submission The Bidder is to temperatures that were achieved during acknowledge records retention processing and the duration of the treatment criteria where thermal treatment is the method of demilitarization used 47 3.11.4 The Contractor must maintain and have At the time of the Bidder’s proposal available detailed maintenance records for submission The Bidder is to all equipment that requires scheduled acknowledge records retention maintenance by the manufacturer. The criteria record must identify the scheduled maintenance cycle, the date maintenance was performed, what action was taken and the next due date for the scheduled maintenance 48 3.11.5 The Contractor must maintain and have At the time of the Bidder’s proposal available detailed calibration records for all submission The Bidder is to equipment that requires calibration. The acknowledge records retention record must identify the calibration criteria schedule, the date calibration was performed, the result, and the next due date for calibration

This document RDIMS File 3421887

Appendix C1 - 32/38 Appendix C1 To Annex C, Full Demil Bid Eval X-Ref RDIMS 3421866 Dated: 31 December 2013 Full Demil of A&E, MS, A to P and Ammunition Salvage Bid Eval Mandatory Criteria

Bidder/Company Name:

NOTE: As stated in Annex C, Para 1.3.3.1.1: Only bids that meet the mandatory criteria and found to be compliant will proceed to the point rating phase (Appendix C2)

Serial Reference Mandatory Criteria Crown’s Required Deliverables Bidder’s Response To be Completed by the Crown Amplifying Annex B (Proof of Compliance) Compliant Not Comments Para’s Compliant

3.12 Quality Control and Assurance 49 3.12.1 All work is subject to Government Quality At the time of the Bidder’s proposal Assurance performed at the Contractor's or submission The Bidder is to subcontractor's facility, by the Director of acknowledge that the Crown will Quality Assurance, or its designated Quality conducted Quality Assurance Assurance Representative (QAR). inspections. 50 3.12.2 The Contractor must comply with the At the time of the Bidder’s proposal requirements of: ISO 9001:2008 - Quality submission The Bidder is to management systems - Requirements, acknowledge ISO 9001:2008 published by the International Organization requirements and to provide its for Standardization (ISO), current edition at company’s ISO 9001 certification date of submission of Contractor's bid. number. 51 3.12.3 It is not intended that the Contractor be At the time of the Bidder’s proposal registered to ISO 9001; however, the submission In the event that the Contractor's quality management system Bidders company does not have ISO must address all requirements appropriate 9001 then the Bidder is to to the scope of the Work. Only exclusions demonstrate how it’s company meets in accordance with clause 1.2 of ISO 9001 this criteria. are acceptable 52 3.12.4 The Contractor must certify that all At the time of the Bidder’s proposal recyclable materials have been inspected submission, the Bidder is to explain in and labeled as detailed below prior to their detail how it plans to control, certify placement/offering the material scrap into a and release material scrap for final recycling stream. disposal with recycling companies.

This document RDIMS File 3421887

Appendix C1 - 33/38 Appendix C1 To Annex C, Full Demil Bid Eval X-Ref RDIMS 3421866 Dated: 31 December 2013 Full Demil of A&E, MS, A to P and Ammunition Salvage Bid Eval Mandatory Criteria

Bidder/Company Name:

NOTE: As stated in Annex C, Para 1.3.3.1.1: Only bids that meet the mandatory criteria and found to be compliant will proceed to the point rating phase (Appendix C2)

Serial Reference Mandatory Criteria Crown’s Required Deliverables Bidder’s Response To be Completed by the Crown Amplifying Annex B (Proof of Compliance) Compliant Not Comments Para’s Compliant

53 3.12.5 The Contractor must have a quality control At the time of the Bidder’s proposal plan in place to verify the processes and submission, the Bidder is to explain in that the final product meets The Crown’s detail how its quality control will be requirements exercised and how it meets the Crown’s requirements. 3.13 Certification of Demilitarization and Disposal 54 3.13.1 The "Certificate of Demilitarization" At the time of the Bidder’s proposal (Appendix B7) must be retained by the submission, the Bidder is to Contractor for a minimum of 6 (six) years acknowledge the Cert of Demil commencing from the date when the Demil requirements was completed. In addition, signed scan copies in PDF format, must be forward to TA and CA at the following e-mail portal: +AMMODND2586- [email protected]

This Space Intentional Left Blank

This document RDIMS File 3421887

Appendix C1 - 34/38 Appendix C1 To Annex C, Full Demil Bid Eval X-Ref RDIMS 3421866 Dated: 31 December 2013 Full Demil of A&E, MS, A to P and Ammunition Salvage Bid Eval Mandatory Criteria

Bidder/Company Name:

NOTE: As stated in Annex C, Para 1.3.3.1.1: Only bids that meet the mandatory criteria and found to be compliant will proceed to the point rating phase (Appendix C2)

Serial Reference Mandatory Criteria Crown’s Required Deliverables Bidder’s Response To be Completed by the Crown Amplifying Annex B (Proof of Compliance) Compliant Not Comments Para’s Compliant

55 3.13.2.1 The objective of the A&E, MS, A to P and At the time of the Bidder’s proposal 3.13.3.1 Ammunition Salvage Full Demil Process is submission, the Bidder is to 3.13.3.2 to remove and destroy energetics, disposal acknowledge the final material of Hazmat Waste, mutilation and scrap criteria segregation of material for R³ factors. Any and all components and material recovered must be processed and where possible material scrap must be sold at commercial standards only. The Material scrap must not be identified by any government tombstone data such as LOT designation, NSN/PCSN, Nomenclature or serial number

This Space Intentional Left Blank

This document RDIMS File 3421887

Appendix C1 - 35/38 Appendix C1 To Annex C, Full Demil Bid Eval X-Ref RDIMS 3421866 Dated: 31 December 2013 Full Demil of A&E, MS, A to P and Ammunition Salvage Bid Eval Mandatory Criteria

Bidder/Company Name:

NOTE: As stated in Annex C, Para 1.3.3.1.1: Only bids that meet the mandatory criteria and found to be compliant will proceed to the point rating phase (Appendix C2)

Serial Reference Mandatory Criteria Crown’s Required Deliverables Bidder’s Response To be Completed by the Crown Amplifying Annex B (Proof of Compliance) Compliant Not Comments Para’s Compliant

3.15 Other Qualification 56 3.15.1 The Employment of all other personnel At the time of the Bidder’s proposal outside of Defence EO related activities submission, the Bidder is to (Para 3.7.1.1); shall be conducted observing acknowledge other than EO all other relevant profession and where personnel position qualification applicable, occupational standards and requirements. qualification (such as, NRCan, Canadian Safety Association (CSA) Canada labour Code etc) 3.16 Risk Management 57 3.16.1 There is a risk that the Full Demil of A&E At the time of the Bidder’s proposal and MS could result in an accident or submission, the Bidder is to incident. acknowledge the potential of inherit risk for A&E and MS. 58 3.16.1.1 The Contractor must identify the risk issues At the time of the Bidder’s proposal involved in its Full Demil capability and submission, the Bidder is to detail provide information regarding how it where inherit risk may be found for intends to mitigate said risks the Full Demil process and its companies facility. 3.17 Demil Management Plan 59 3.17.1 The Contractor must provide project At the time of the Bidder’s proposal 3.17.1.2, management on this Demil and final submission, the Bidder is to 3.17.1.3 material scrap disposal contract acknowledge the Manager requirements. This document RDIMS File 3421887

Appendix C1 - 36/38 Appendix C1 To Annex C, Full Demil Bid Eval X-Ref RDIMS 3421866 Dated: 31 December 2013 Full Demil of A&E, MS, A to P and Ammunition Salvage Bid Eval Mandatory Criteria

Bidder/Company Name:

NOTE: As stated in Annex C, Para 1.3.3.1.1: Only bids that meet the mandatory criteria and found to be compliant will proceed to the point rating phase (Appendix C2)

Serial Reference Mandatory Criteria Crown’s Required Deliverables Bidder’s Response To be Completed by the Crown Amplifying Annex B (Proof of Compliance) Compliant Not Comments Para’s Compliant

3.18 Meetings and Visits 3.18.1.1 The Contractor must hold a post contract At the time of the Bidder’s proposal award meeting within 14 calendar days of submission, the Bidder is to the contract award and must prepare acknowledge that its company is to minutes for the approval of the TA host a post contract award meeting within 14 days of awarded contract 3.18.1.2 and The Contractor must hold quarterly At the time of the Bidder’s proposal 3.18.1.4 Progress Review Meetings with the TA and submission, the Bidder is to the CA and must provide minutes of all acknowledge its company is to hold meetings within fourteen days of the quarterly progress review meetings completion of the meeting to the TA for and the Bidders company is to approval prior to general distribution. provide the meeting minutes. Additional Progress Review Meetings may be requested by the Contractor, TA or CA and will be held at the discretion of the CA. Minutes of these meetings must be provided in Microsoft Word (MS Word) format, a final version of which must be provided to the TA and CA within fourteen (14) calendar days of the project meeting 3.18.1.5 All Meetings must be confirmed 3 months At the time of the Bidder’s proposal prior in order for The Crown personnel to submission, the Bidder is to get travel clearance approval acknowledge DND/CAF TD requirements

This document RDIMS File 3421887

Appendix C1 - 37/38 Appendix C1 To Annex C, Full Demil Bid Eval X-Ref RDIMS 3421866 Dated: 31 December 2013 Full Demil of A&E, MS, A to P and Ammunition Salvage Bid Eval Mandatory Criteria

Bidder/Company Name:

NOTE: As stated in Annex C, Para 1.3.3.1.1: Only bids that meet the mandatory criteria and found to be compliant will proceed to the point rating phase (Appendix C2)

Serial Reference Mandatory Criteria Crown’s Required Deliverables Bidder’s Response To be Completed by the Crown Amplifying Annex B (Proof of Compliance) Compliant Not Comments Para’s Compliant

3.18.2.1 Technical visits must be arranged by the At the time of the Bidder’s proposal Contractor, in consultation with the TA, submission, the Bidder is to within one month of the commencement of acknowledge the contract 3.18.2.2 During the course of the work being At the time of the Bidder’s proposal performed, if the Contractor requires the submission, the Bidder is to TA to assist or provide guidance (resulting acknowledge in a physical requirement for the TA’s attendance), then the Contractor must identify the need to the TA, a minimum of eight weeks in advance, allowing the necessary arrangements for the technical visit

Bidder is found to be compliant: NO or YES (if yes, Bidder advances to Point Rated Phase Appendix C2)

This document RDIMS File 3421887

Appendix C1 - 38/38 11300-18 (DAEME 4-4) Point Rated Criteria for Full Demil Capability Appendix C2 to Annex C FRP for Full Demil Dated 31 December 2013

1. There are 7 point rate serials (7 Excel sheet tabs), each sheet points are brought forward to main page. 2. The maximum achievable points is: 1000 3. Where there is insufficient space for the Bidder to provide an answer, the Bidder should prepare their response in a word document format, font Times New Roman size 12 and identify the Bidders response to the coordinated appendix serial 4. As indicated in Annex C, the Bid Evaluation and Weight factors is highest combined rating of Technical Merit 70% and 30% Price

Points from The Bidders Crown's Sub Total Sub Total Serial 1FOC 24 months 0 0 Serial 2Green Procurement 0 0 Serial 3Bidders Capability 0 0 Serial 4Bidders Throughput 0 0 Serial 5Stack Emissions 0 0 Serial 6Description and Flow Chart 0 0 Serial 7Environmental Health and Safety 0 0

Bidders Grand Total 0 The Crown 0 Maximum Achievable points 1000 1000

Scoring Measurment

Technical Merit Bidders Weight Points (merited Factor Technical by The Crown) x 70% = Score Divided by Max Score

Bidders points (merited by the Crown) 0 X 70% = 0 Max Point 1000

This Document RDIMS File 3421875

Appendix C2 - 1/17 Appendix C2 - Serial 1 Point Rated Criteria for Full Demil Capability - Serial 1

Reference Bidders Response To Be Completed by The Crown Serial Mandatory Criteria Annex B Points Rating for the Level of Demil The Crown's Evaluation must assess Annex C Appendix C1 Maximum Possible Points for serial 1 is 50. Prior to 23 24 - 30 31 -36 Prior to 23 24 - 30 31 -36 Months Months Months Months Months Months Remarks 50 points 25 points 0 points 50 points 25 points 0 points Full Demil capability fully operational within 24 months of awarded contract. Must be supported 1 1.6.1 and 3.1. by documentation in ordered to be scored. Sub Total 000000 The Bidder The Crown Serial 1 Total Points 0 Serial Points 0

Appendix C2 - Serial 1 - 2/17 Appendix C2 - Serial 2 Point Rated Criteria for Full Demil Capability - Serial 2

Bidders Response To Be Completed by The Crown Reference Serial Point Rated Criteria Annex B Points Rating for the Level of Demil The The Crown's Evaluation must assess Annex C Appendix C1 Bidders Bidder is Capable of Completing response for Serial 6 - Detail Process Operation Annex B 3.3.3 and 3.5.5

2 1.6.8 and 3.14 Green Procurement

Maximum Possible Points for serial 2 Part A is 63. Must have no Zero's (0) in the scoring

9 points awarded for every point the 9 points awarded for every point Bidder Identifies that his company will that meets the Green Procurement meet the Green Procurement objectives. objectives. Remarks Based on the Bidders Full Demil equipment and operation, The Bidder is to describe how it's company meets Para 3.14 requirements less Para Part A 3.14..3. 3.14.1.1.1 Reducing greenhouse gas emissions and air contaminants; 3.14.1.1.2 Improving energy and water efficiency 3.14.1.1.3 Reducing ozone depleting substances 3.14.1.1.4 Reducing waste and supporting R3 regarding recycling 3.14.1.1.5 Reducing hazardous waste 3.14.1.1.6 Reducing toxic and hazardous chemicals and substances Detail how your company promotes and supports a healthier working environment for employees and for 3.14.1.2 citizens in general for an environmental service contract

Sub Total 00

The Bidder The Crown Serial 2 Points 0 Serial 2 Points 0

Appendix C2 - Serial 2 - 3/17 Appendix C2 - Serial 2 Point Rated Criteria for Full Demil Capability - Serial 2

Maximum Possible Points for serial 2 Part B is 5. 1 point awarded for every point the 1 point awarded for every point Bidder Identifies his company meets the that meets the Green Procurement Green Procurement objectives. objectives. Remarks As detail in Para 3.14.1.3, The Bidder is to identity and explain how it Part B will achieve any future environmental impact reductions Sub Total 00

The Bidder The Crown Serial 2 Total Points 0 Serial 2 Points 0

Appendix C2 - Serial 2 - 4/17 Appendix C2 - Serial 3

Point Rated Criteria for Full Demil Capability - Serial 3

Bidders Response To Be Completed by The Crown Reference Serial Mandatory Criteria Annex B Points Rating for the Level of Demil The Bidder is The Crown's Evaluation must assess Annex C Appendix C1 Bidders response for Serial 6 - Detail Process capable of Completing Operation Annex B 3.3.3 and 3.5.5

3 Part A 3.3.3 and 3.5.5 Bidders Capability

3.5.3.2.1 and Mandatory/Bidders Capability Requirement 1,must be met. The Bidder to Appendix declare which Munition Types that the Bidder will Fully Demil and is to B4 include the impact of Annex B Para 3.7.3.3 into Point Rated Chart Below Maximum Possible Points for serial 1 is 44. Must achieve the minimum points of 22 with no zero (0) points 1 Point For 1 Point For 0 Points For No Partial Items 0 Points For No Partial Items Appendix B4 Items From From This 2 Points For All Items From From This 2 Points For All to Annex B Group Munitions types Group Group Group Items Group Group Group Items Comments Attachment A A SAA up to and including 50 Cal Attachment B B 20mm through 24mm Attachment C C 25mm Through 40mm Attachment D D 40mm Naval Through 104mm 105mm Through 155mm (Less 120mm and 155mm Attachment E E HE) Attachment F F 120mm Through 155mm HE Attachment H H Propellant Attachment I I CADS & PADS Attachment J J Demolition Material Attachment K K Fuzes, Primers and Tracers Attachment L L Grenades Attachment M M Rocket Motors Attachment N N Missiles and Rockets Attachment O O All Pyro Attachment P P Decoy Devices Attachment Q Q Naval Attachment R R Chemical - WP, RP and CS Irritant

Attachment U U Munitions Scrap (MS) (Range and Dis-assemble) Attachment W W Inert Trg (Dummy and Display) Attachment X X Aids to Production - Repack material Attachment Y Y Spent Brass and Steel Cartridges Attachment Z Z Salvage (links, launch Tubes) Sub Total 00000 0

Appendix C2 - Serial 3-5/17 Appendix C2 - Serial 3

Point Rated Criteria for Full Demil Capability - Serial 3

Part B 3 3.5.3.2.2 and Desire/Bidders Capability Requirement 2 (although desirable and are point Appendix rated, failure to met will result in a reduced score during Bid Evaluation). The B4 Bidder to declare which Munition Types that the Bidder will Fully Demil and is to include the impact of Annex B Para 3.7.3.3 into Point Rated Chart Below Maximum Possible Points for serial 2 is 14. 1 Point For 1 Point For 0 Points For No Partial Items 0 Points For No Partial Items Appendix B4 Items From From This 2 Points For All Items From From This 2 Points For All to Annex B Group Munitions types Group Group Group Items Group Group Group Items Comments Attachment F F 120mm Through 155mm HE Attachment G G AC Bombs Attachment M M Rocket Motors Attachment N N Missiles and Rockets Attachment S S Mines Attachment T T Thermal Batteries with ignitersp Attachment V V Nerve Agents) Sub Total 00000 0

The Bidder The Crown Serial 3 Total Points 0 0

Appendix C2 - Serial 3-7/17 Appendix C2 - Serial 4

Point Rated Criteria for Full Demil Capability - Serial 4

Bidders Response To Be Completed by The Crown Reference Serial Mandatory Criteria Annex B Points Rating for the Level of Demil The Bidder is capable of The Crown's Evaluation must assess Annex C Appendix C1 Bidders response for Serial 6 - Completing Detail Process Operation Annex B 3.3.3 and 3.5.5 4 3.5 Bidders Expected Annual Capacity Calculation Maximum Possible Points for serial 4 is 78. Must achieve the minimum points of 38 in all groups (less Groups F,G, M,N,S,T and V) Annual Throughput 100% of the 2 points for 3 points for Total Annual calculated 3 points for 100% 100% of the 100% of the Quantity of A&E, annual and the of the calculated calculated annual calculated MS, A toP and 0 points for backlog is annual and the 0 points for and the backlog annual and the Salvage the below para 3.5 calculated backlog is below para is calculated backlog is Bidder Expects calculation between 10% to calculated above 3.5 calculation between 10% to calculated Appendix B4 Group Munitions types Annually parameters 14% 15% parameters 14% above 15% Remarks Attachment A A SAA up to and including 50 Cal Attachment B B 20mm through 24mm Attachment C C 25mm Through 40mm Attachment D D 40mm Naval Through 104mm Attachment E E 105mm Through 155mm (Less 120mm and 155mm HE) Attachment F F 120mm Through 155mm HE Attachment G G AC Bombs Attachment H H Propellant Attachment I I CADS & PADS Attachment J J Demolition Material Attachment K K Fuzes, Primers and Tracers Attachment L L Grenades Attachment M M Rocket Motors Attachment N N Missiles and Rockets Attachment O O All Pyro Attachment P P Decoy Devices Attachment Q Q Naval Attachment R R Chemical - WP, RP and CS Irritant Attachment S S Mines Attachment T T Thermal Batteries with igniters Attachment U U Munitions Scrap (MS) (Range and Dis-assemble) Attachment V V Not Utilized Attachment W W Inert Trg (Dummy and Display) Attachment X X Aids to Production - Repack material Attachment Y Y Spent Brass and Steel Cartridges Attachment Z Z Salvage (links, launch Tubes) Sub total 00 0000 The Bidder The Crown Serial 4 Total Serial 4 Total Points 0 Points 0

Appendix C2 - Serial 4 - 8/17 Appendix C2 - Serial 5

Point Rated Criteria for Full Demil Capability - Serial 5

Reference Bidders Response To Be Completed by The Crown Serial Mandatory Criteria Annex B Points Rating for the Level of Demil The Bidder is The Crown's Evaluation must assess Annex C Appendix C1 Bidders response Capable of Completing for Serial 6 - Detail Process Operation Annex B 3.3.3 and 3.5.5 5 3.6 Environmental Maximum Possible Points for serial 5 is 160. Must achieve the minimum points of 80 with no zero's (0) points Appendix B6 DND's Stack Emission Limits (must meet over perform better than posted stack emissions) 0 points for not meeting (exceed 5 points for 10 points for 5 points for 10 points for permissible limits) being equal to being better than being equal to being better than Emission Emission (less) Emission Emission (less) Emission Item Pollutant Limits requirement Requirements Requirements Requirements Requirements Comment 1 Total Particulate Matter (TPM) 2 mg/Rm31 2 Opacity 5% 3 Carbon Monoxide (CO) 35 mg/Rm3 4 Nitrogen Oxides (NOx) 183 mg/Rm3 5 Sulphur Dioxide (SO2) 46 mg/Rm3

6 Dioxin/Furan (D/F) 77 pg TEQ2/Rm3 7 Hydrogen Chloride (HCl) 9 mg/Rm3 8 Hydrogen Fluoride (HF) 1 mg/Rm3 9 High Volatile Metal Mercury (Hg) 6 µg/Rm3 See Sum of Pb and 10 Lead (Pb) Cd See Sum of As, Be 11 Arsenic (As) and Cr See Sum of Pb and 12 Cadmium (Cd) Cd See Sum of As, Be 13 Chromium (Cr) and Cr See Sum of As, Be 14 Beryllium (Be) and Cr 15Sum of Lead (Pb) and Cadmium (Cd) 7 )g/Rm3 16Sum of Arsenic (As), Beryllium (Be) and Chromium (Cr) 16 )g/Rm3 Sub Total 00 00 0 The Bidder The Crown

Serial 5 Total Points 0 Serial 5 Total Points 0

Appendix C2 - Serial 5 -9/17 Appendix C2- Serial 6 Point Rated for Full Demil Capability - Serial 6

Bidders Response To Be Completed by The Crown Reference Serial Mandatory Criteria Annex B Points Rating for the Level of Demil The Crown's Evaluation must assess Annex C Appendix C1 Bidders response for Serial 6 - The Bidder is capable of Completing Detail Process Operation Annex B 3.3.3 and 3.5.5 Maximum Combined Possible Points for serial 6 is 486. Must achieve the minimum combined points of 243 without zero's (0) 6 The Crown's Full Demil consists of: 1) Tpt of A&E, MS, A to P and Ammunition salvage from DND Sites 1.4.1.2, (para3.10), 2) Receipt Verification and Control of inventory, 3) Processing, A- unpack and preparation, B- 1.6.4, 1.6.5, Neutralization of energetics, chemical of concerns and trace energetic residues, C- R3 and Certificate of Demilitarization, D- Final disposal of material scrap and E- Final Disposal of Hazardous waste. Part A Bidders Response The Crown Evaluation Remarks The Bidder is to describe and provide in a detailed flow chart(s): 1) its Full Demil operations (Para's 3.3 and 0 points for 50% 100% 100% 3.5.5), including the proven equipment model and how the equipment operates. The details are to include: 1) 0 points for 50% percent 3.2, 3.3, 3.4, not proving percent of percent of percent of Tpt of A&E, MS, A to P and Ammunition salvage from DND Sites (para 3.10), 2) Receipt Verification and not proving of the 3.5, 3.6, 3.7, any info or the the the Control of inventory, 3) Processing, A- unpack and preparation, B- Neutralization of energetics, chemical of any info or maxuium 3.9, 3.10, incorrect maxuium maxuium maxuium concerns and trace energetic residues, C- R3, D- Mutilation, E- Segregation and R3, F- Certificate of incorrect point value 3.13, 3.14 informatio point value point value point value information per line Demilitarization, G- Final disposal of material scrap and H- Final Disposal of Hazardous waste, 4) Identify n per line per line per line key position(s) that must selective meet Para's 3.7.1 and 3.15 Qualifications criteria. Scoring: 50% points for Equipment Description (if applicable), 50% for Process explaination. Where no equipment is required in the item scored, 100% of score will be based on process. Where no equipment or process is required, 100% score based on response to the requirement identified. Description Maximum possible points 3.10 Transportation 10 3.3.3.1.1, 3.3.3.1.2, 3.5.6, Receipt and Inventory Control 30 3.3.3.1.3 Unpack 10 3.3.3.1.3, 3.5.5, Preparation 80 3.3.2, 3.3.3.1.4, 3.3.3.1.5, 3.3.3.1.6, 3.5.1.4, Neutralization of energetic and trace 3.5.5 energetic residue 100 3.3.3.1.7, 3.5.5, Mutilation 36 3.3.3.1.7, 3.5.5, 3.9, 3.5.5.7, 3.5.7, 3.14 R3 and segregation 36

3.5.6.3, 3.5.6.4, 3.7.2, 3.13.3 Reports and Returns 10 3.2.2, 3.6, 3.14 Final Material Scrap Disposal 30 3.6, 3.2.2, 3.14 Final Hazardous waste Disposal 20 Part A sub total 362 00 0 0 00

Appendix C2 - Serial 6 -10/17 Appendix C2- Serial 6 Point Rated for Full Demil Capability - Serial 6

Bidders Response To Be Completed by The Crown Reference Serial Mandatory Criteria Annex B Points Rating for the Level of Demil The Crown's Evaluation must assess Annex C Appendix C1 Bidders response for Serial 6 - The Bidder is capable of Completing Detail Process Operation Annex B 3.3.3 and 3.5.5

Part B 0 points for 50% 100% 100% 0 points for 50% percent not proving percent of percent of percent of not proving of the any info or the the the any info or maxuium incorrect maxuium maxuium maxuium The Flow Chart must identity the Critical incorrect point value informatio point value point value point value Qualification positions and identify the information per line n per line per line per line Quality Control and Assurance areas. Remarks Scoring: 50% points for Equipment Description (if applicable), 50% for Process explaination. Where no equipment is required in the item scored, 100% of score will be based on process. Where no equipment or process is required, 100% score based on response to the requirement identified. 3.7.1 Critical Quailifcation(s) position 10 3.12 Quality Control 10 3.12 Quaility Assurance 10 Part B sub total 30 00 00 00

Part C 0 points for 50% 100% 100% 0 points for 50% percent not proving percent of percent of percent of not proving of the any info or the the the any info or maxuium incorrect maxuium maxuium maxuium incorrect point value The Bidder is to describe: 1) its operations regarding A- Site Security (Para 3.4.2 and Appendix B5), B- informatio point value point value point value information per line Access Control (Para 3.4.4.3) C- Key Control (Para 3.4.4.4), D- secuirty Clearance n per line per line per line Remarks Scoring: 50% points for Equipment Description (if applicable), 50% for Process explaination. Where no equipment is required in the item scored, 100% of score will be based on process. Where no equipment or process is required, 100% score based on response to the requirement identified.

3.4.2, 3.4.3, 3.4.4, 3.4.5 Site Security 40 3.4.3 Access Control 10 3.4.4 Key Control 10 3.4.2.1.4.2 Secuirty Clearance 4 Part C sub total 64 00 0 0 00

Appendix C2 - Serial 6 -11/17 Appendix C2- Serial 6 Point Rated for Full Demil Capability - Serial 6

Bidders Response To Be Completed by The Crown Reference Serial Mandatory Criteria Annex B Points Rating for the Level of Demil The Crown's Evaluation must assess Annex C Appendix C1 Bidders response for Serial 6 - The Bidder is capable of Completing Detail Process Operation Annex B 3.3.3 and 3.5.5

Part D The Bidder is to describe how it's company will meet the R3 of Para 3.9 criteria. 0 points for 50% 100% 100% 0 points for 50% percent not proving percent of percent of percent of not proving of the any info or the the the any info or maxuium incorrect maxuium maxuium maxuium incorrect point value informatio point value point value point value information per line n per line per line per line Remarks Scoring: 50% points for Equipment Description (if applicable), 50% for Process explaination. Where no equipment is required in the item scored, 100% of score will be based on process. Where no equipment or process is required, 100% score based on response to the requirement identified. 3.9.1 GSM 10 3.9.2 Wood Ammunition Pallet 10 3.9.3 MS wood shipping crates 10 Part D sub total 30 00 00 00

Max Serial 6 Total 486 The Bidder 0 The Crown 0

Appendix C2 - Serial 6 -12/17 Appendix C2- Serial 6

Point Rated for Full Demil Capability - Serial 7

Bidders Response To Be Completed by The Crown Reference Serial Annex B Points Rating for the Level of Demil The Bidder is capable The Crown's Evaluation must assess Annex C Appendix C1 Bidders response for Serial 6 - Detail Process of Completing Operation Annex B 3.3.3 and 3.5.5 Environmental Health and Safety (EHS) Performance Maximum Combined Possible Points for serial 7 is 100. Must achieve the minimum combined points of 60 7 Part A 0 points for not 0 points for not proving proving any info or 0 points for No 20 Points for yes any info or incorrect 0 points for No 20 Points for yes 3.6 Regulatory Compliance History - Environmental incorrect information information Remarks The Bidder/Contractor has not been charged or convicted with an offence under Environmental laws in any jurisdiction in the last 3 years? (Maximum points 20) Part A sub total 000 000

Part B 0 points for not 0 points for not proving Regulatory Compliance History - Occupational proving any info or 0 points for No 20 Points for yes any info or incorrect 0 points for No 20 Points for yes 3.6 Health and Safety incorrect information information Remarks The Bidder/Contractor has not been charged or convicted with an offence under Occupational Health and Safety (OHS) laws in any jurisdiction in the last 3 years? (Maximum points 20) Part B sub total 000 000

Appendix C2 - Serial 7 -13/17 Appendix C2- Serial 6

Point Rated for Full Demil Capability - Serial 7

Bidders Response To Be Completed by The Crown Reference Serial Annex B Points Rating for the Level of Demil The Bidder is capable The Crown's Evaluation must assess Annex C Appendix C1 Bidders response for Serial 6 - Detail Process of Completing Operation Annex B 3.3.3 and 3.5.5 Part C 0 points for not Maumium 0 points for not proving proving any info or Combined Points is 30 Points for yes any info or incorrect 0 points for No 30 Points for yes 3.6 Environmental Management System (EMS) incorrect information 20 points for No information Remarks 3.6.1.4 Does the Bidder/Contractor EMS have an ISO 14001 certification? Bidder must prove by providing a copy of ISO 14001 certificate obtained within the last 3 years in order to be rated. (Maximum points 30) If No, please answer the questions below (for a maximum combined total of 20 points): Does your organization have an environmental policy? If Yes, a copy of the policy is to be provided. Submitted policy is assessed to the following requirements: The policy must be signed by top management – 0.5 pts include a statement of commitment for - Compliance with applicable laws and regulations – 0.5 pts - Continual improvement of environmental performance – 0.5 pts - Pollution prevention – 0.5 pts If No/Blank – 0 pts. (Maximum points 2). Provide a copy of the list identifying the significant environmental aspects of the activities, products and services of your organization. List provided – 3 pts No/Blank – 0 pts (Maximum points 3). Provide a copy of the list of legal requirements that apply to the significant environmental aspects identified in the Significant Environmetal aspectslist, above) List provided – 3 pts No/Blank – 0 pts (Maximum points 3).

Appendix C2 - Serial 7 -14/17 Appendix C2- Serial 6

Point Rated for Full Demil Capability - Serial 7

Bidders Response To Be Completed by The Crown Reference Serial Annex B Points Rating for the Level of Demil The Bidder is capable The Crown's Evaluation must assess Annex C Appendix C1 Bidders response for Serial 6 - Detail Process of Completing Operation Annex B 3.3.3 and 3.5.5 Provide a copy of a report (conducted within the last 3 years) that evaluated the compliance of the activities, products and services of your organization with relevant environmental legislation and regulations. Report provided – 3 pts No/Blank – 0 pt (Maximum points 3). Provide a copy of the list of environmental objectives and targets which are consistent with the environmental policy of your organization. List provided – 3 pts No/Blank – 0 pts Has your organization established, implemented and maintained an environmental management program to achieve its objectives and targets? Yes- 1 pt No – 0 pts (Maximum points 1) Has your organization’s management team ensured the availability and training of resources required for an effective environmental management? Yes – 1 pt No – 0 pt (Maximum points 1) Provide a copy of your Emergency preparedness and Response Plan. Plan provided – 3 pts No/Blank – 0 pts (Maximumyg points 3) pp p such as the use of engineering controls, to mitigate environmental risks? Yes – 1 pt No – 0 pt (Maximum points 1) Part C sub total 000 000

Appendix C2 - Serial 7 -15/17 Appendix C2- Serial 6

Point Rated for Full Demil Capability - Serial 7

Bidders Response To Be Completed by The Crown Reference Serial Annex B Points Rating for the Level of Demil The Bidder is capable The Crown's Evaluation must assess Annex C Appendix C1 Bidders response for Serial 6 - Detail Process of Completing Operation Annex B 3.3.3 and 3.5.5

Part D 0 points for not Maumium 0 points for not proving proving any info or Combined Points is 30 Points for yes any info or incorrect 0 points for No 30 Points for yes Occupational Health and Safety Management incorrect information 20 points for No information 3.6 System (OHSMS) Remarks 3.6.1.1 Does the Bidder/Contractor organization have an Occupational Health and Safety Management System certified OSHAS 18001 or Z1000- 06 CSA? If Yes, The Bidder must provide a copy of the OSHAS 18001 or Z1000-06 CSA certificate obtained within the last 3 years by an accredited body in order to be rated. (Maximum points 30) If No, please answer the questions below (for a maximum combined total of 20 points): Does your organization have an OHS policy? If Yes, the Bidder is to provide a copy of the formal OHS policy. Submitted policy is assessed to the following requirements: The policy must be signed by top management. – 1 pt include a statement of commitment for: - compliance with applicable laws and regulations,1 pt - to prevent injury and ill health, 1pt - to continual improvement in OHS management, 1pt (Maximum points 4). Has your organization developed preventive and protective measures, such as use of personal protective equipment, to mitigate the OHS risks? Yes – 2 pt No – 0 pt (Maximum points 2).

Appendix C2 - Serial 7 -16/17 Appendix C2- Serial 6

Point Rated for Full Demil Capability - Serial 7

Bidders Response To Be Completed by The Crown Reference Serial Annex B Points Rating for the Level of Demil The Bidder is capable The Crown's Evaluation must assess Annex C Appendix C1 Bidders response for Serial 6 - Detail Process of Completing Operation Annex B 3.3.3 and 3.5.5 Does your organization have a hazardous material inventory system in place? Yes – 2 pt No – 0 pt (Maximum points 2). Does your organization have a hazardous materials management program in place for their receipt, storage, use and disposal? If Yes, the Bidder is to provide a copy of the Hazardous materials management program and will be evaluated based on the following: The Hazardous materials management program must contain information on the: - Receipt – 2 pts - Storage – 2 pts - Use – 2 pts - Disposal – 2 pts (Maximum points 8) Are the Bidder's employees currently trained on the identification, classification and regulatory requirements pertaining to the safe use of hazardous materials/controlled products including labelling and Material Safety Data Sheets (MSDSs)? Yes – 4 pts No – 0 pt (Maximum points 4) Part D sub total 000 000 0

The Bidder The Crown Serial 7 Total 0 0

Appendix C2 - Serial 7 -17/17 ANNEX D

BASIS OF PAYMENT PRICE PROPOSAL PRESENTATION SHEETS

6 Price per Unit of Issue

Qty as of 31 Dec The Bidder is to complete the column entitled "Cost per Demil Company: 2013 unit of measure" Requirement Total Cost (Extended) Mandatory (1) Unit of Qty for per Unit of Cost per Unit of Desired (2) Group LOG Nomenclature Issue Demil Issue Issue Remarks 1A0010 Ctge 22 CAL Ball LR Each 33,052 $0.00 1A0011 Ctge .22 Blank Each 151 $0.00 1A0059 Ctge 5.56mm B C77 TRG Pack Each 272,628 $0.00 1A0060 Ctge 5.56 mm B C77 OP Pack Each 245,696 $0.00 1A0061 Ctge 5.56mm 4B C77/1T C78 Each 36,773 $0.00 1A0062 Ctge 5.56mm TR C78 Each 112,481 $0.00 1A0063 Ctge 5.56mm Blank Clip C79A1 Each 1,368,248 $0.00 1A0064 Ctge 5.56mm Blank Link C79A1 Each 58,647 $0.00 1A0065 Ctge 5.56mm Ball C77 Link Each 2,112 $0.00 1A0070 Ctge 9mm Ball CDN MK1 Each 52,544 $0.00 1A0072 Ctge 9mm HP, 147 gr Each 75,409 $0.00 1A0073 Ctge 9mm Ball Luger FMJ 115gr Each 1,269 $0.00 1A0080 Ctge 9mm Blank C30 Each 87,857 $0.00 1A0081 Ctge 9mm FX Red Tray C1 Each 430,083 $0.00 1A0082 Ctge 9mm Practice Dye Marking Blue C2 Each 406,696 $0.00 1A0083 Ctge 5.56mm FX Clipped Red Each 9,170 $0.00 1A0084 Ctge 5.56mm, FX, White Clipped Ctge Each 5,425 $0.00 1A0085 Ctge 9mm FX White Tray Each 2,193 $0.00 1A0086 Ctge 5.56mm FX Link Red Each 683 $0.00 1A0087 Ctge 5.56mm FX W Linked Each 0 $0.00 1A0090 Ctge 7.62mm Ball C21A1 Each 60,455 $0.00 1A0091 Ctge 5.57 X 28mm, SS190 Each 0 $0.00 1A0100 Ctge 7.62mm 4B1T Link Each 36,146 $0.00 1A0102 Ctge 7.62mm, 4 Ball C21/1 Tracer M276, Linked Each 220 $0.00 1A0105 Ctge 7.62mm Ball C21A1 Link Each 78 $0.00 1A0110 Ctge 7.62mm TR Clip & Ctge C19 Each 252,072 $0.00 1A0120 Ctge 7.62mm Blank C24, CLIP & Ctge Each 59,851 $0.00 1A0130 Ctge 7.62mm Blank C24 Link Each 79,465 $0.00 1A0140 Ctge 7.62 X 39mm Ball Each 1,514 $0.00 1A0141 Ctge 7.62X54Rmm Ball (SOV) Each 217 $0.00 1A0142 Ctge 7.62X54Rmm Link (SOV) Each 0 $0.00 1A0143 Ctge 9X18mm Ball (SOVIET) Each 0 $0.00 1A0144 Ctge 5.45X18mm Ball (SOV) Each 0 $0.00 1A0145 Ctge 5.45X39mm Ball (SOV) Each 0 $0.00 1A0146 Ctge 8mm Mauser Ball Each 0 $0.00 1A0150 Ctge .308in Match Ball Each 1,016 $0.00 1A0151 Ctge 7.62mm 155GR L42A1 (Cadet) Each 0 $0.00 1A0153 Ctge .338in Match C166, Mod B408, 16.2 GR (8.59mm) Each 160 $0.00 1A0162 Ctge 12G #00 Buck (Non-Lead) Each 5,219 $0.00 1A0163 Ctge 12G Rifle Slug (Lead) Each 87 $0.00 1A0164 Ctge 12G No 00 buckshot Each 19,840 $0.00 1A0166 Ctge 12G # 6 (Non-Lead) Each 20,035 $0.00 1A0167 Ctge 12 Gauge No 71/2 shot Each 500 $0.00 1A0169 Ctge 12G # 7 (Non-lead) Each 2,268 $0.00 1A0170 Ctge 12G Bird Dispersing Each 150 $0.00 1A0172 Ctge .303 Soft Point Each 1,462 $0.00 1A0173 Ctge .30.06 Ball S&R Each 364 $0.00

1/19 Price per Unit of Issue

Qty as of 31 Dec The Bidder is to complete the column entitled "Cost per Demil Company: 2013 unit of measure" Requirement Total Cost (Extended) Mandatory (1) Unit of Qty for per Unit of Cost per Unit of Desired (2) Group LOG Nomenclature Issue Demil Issue Issue Remarks 1A0210 Ctge .303 Ball MK 8Z Each 1,988 $0.00 1A0211 Ctge .303 Blank (Cadet) Each 3,215 $0.00 1A0218 Ctge 12.7mm Ball Match Sniper Elite Each 16,710 $0.00 1 A 0220 Ctge 12.7mm 4B/1TR ( C162/ C163) Each 1,723 $0.00 1A0221 Ctge 12.7mm C163 Tracer Link Each 11,488 $0.00 1A0222 Ctge 12.7mm C162 Ball Linked Each 900 $0.00 1A0240 Ctge .50 CAL AP/T C44 Each 17,473 $0.00 1A0250 Ctge .50 CAL Blank C48 Link Each 98,599 $0.00 1A0415 Ctge 7.62mm TR FFV 553 Each 61 $0.00 1A0420 Ctge 6.5mm Practice w/tracer L10A1 Each 700,280 $0.00 1A0430 Ctge 6.5mm Practice w/o tracer (ball) Each 960,617 $0.00 1 A 1981 Ctge 20mm Electric 70 GR Each 0 $0.00 1 A 1982 Ctge 20mm Electric 75 GR Each 0 $0.00 1 A 1983 Ctge 20mm Electric 80 GR Each 0 $0.00 1 A 1984 Ctge 20mm Electric 85 GR Each 0 $0.00 1 A 1985 Ctge 20mm Special (AVON) Each 583 $0.00 1 A 1986 Ctge 20mm RC Blank 30 GR Each 240 $0.00 1 A 1987 Ctge 20mm RC AVON - Type Round Each 147 $0.00 1 A 1988 Ctge 20mm RC Blank 50 GR Each 203 $0.00 1 A 1989 Ctge 20mm RC Blank 60 GR Each 519 $0.00 1 A 1990 Ctge 20mm RC Blank 70 GR Each 209 $0.00 1 A 1991 Ctge, Injector (EOD) Needle Each 0 $0.00 1 A 1992 Ctge Injector Kit EOD L46A1 (Pigstick) Each 2 $0.00 1 A 1993 Ctge Injector Kit EOD L47A1 Each 4 $0.00 1 A 1994 Ctge EOD Kit ABL3000 Each 10 $0.00 1A3560 Ctge Line Throwing 44 magnum Each 39 $0.00 1A3561 Ctge 5.56mm Line Throwing C164 Each 54 $0.00 1A3610 Ctge Ignition .410 Each 805 $0.00 1A4041 Ctge Impulse .50 CAL Each 2 $0.00 1 A 4300 Ctge .50 Cal Blank C67 Each 0 $0.00 1A4340 Ctge, LMDE N12 MK1 (Service) Each 0 $0.00 1A4341 Ctge, Limpet Mine Disposal N2 Mk1 (Practice) Each 1133 $0.00 1 A 6223 Ctge Powder Actuated 22 Cal Red Wad Each 561 $0.00 1 A 6293 Ctge Powder Actuated 22 Cal Grey Wad Each 429 $0.00 1 A 6295 Ctge Powder Actuated .27 Cal Green Wad Each 367 $0.00 1 A 6296 Ctge Powder Actuated .27 Cal Yellow Wad Each 100 $0.00 1 A 6401 Ctge Powder Actuated .22 Cal Brown Wad Each 59 $0.00 1 A 6402 Ctge Powder Actuated .22 Cal Green Wad Each 746 $0.00 1 A 7000 Ctge 5.56mm C83 High Pressure Test Each 0 $0.00 1 A 0001 Ctge .50 inch Electric EOD Propelling L1A1 Each 1,248 $0.00 1 A 0001 Ctge 12 Gauge bean bag Each 0 $0.00 1 A 0001 Ctge 12 Gauge No 2 Shot Each 0 $0.00 1 A 0001 Ctge 12 Gauge No 9 Shot Lead0 Each 72,197 $0.00 1 A 0001 Ctge 12 Gauge No.8 shot Each 3,614 $0.00 1 A 0001 Ctge 12 Gauge No7 1/2 shot Each 0 $0.00 1 A 0001 Ctge 12 gauge Red meteor Flare Each 0 $0.00 1 A 0001 Ctge 12 Gauge Rubber Fin Stabilized Each 0 $0.00

2/19 Price per Unit of Issue

Qty as of 31 Dec The Bidder is to complete the column entitled "Cost per Demil Company: 2013 unit of measure" Requirement Total Cost (Extended) Mandatory (1) Unit of Qty for per Unit of Cost per Unit of Desired (2) Group LOG Nomenclature Issue Demil Issue Issue Remarks 1 A 0001 Ctge 12 Gauge VARIOUS Each 242 $0.00 1 A 0001 Ctge 16 Gauge VARIOUS Each 5 $0.00 1 A 0001 Ctge 22 Cal Ball Each 166 $0.00 1 A 0001 Ctge 25 Cal Ball Each 0 $0.00 1 A 0001 Ctge 270 cal Ball Each 0 $0.00 1 A 0001 Ctge 30 cal Ball Each 0 $0.00 1 A 0001 Ctge 30 cal Ball Rimmed Each 0 $0.00 1 A 0001 Ctge 303 Ball Each 888 $0.00 1 A 0001 Ctge 308 Soft Point Each 0 $0.00 1 A 0001 Ctge 32 Cal Ball Each 0 $0.00 1 A 0001 Ctge 32 cal Blank Each 23 $0.00 1 A 0001 Ctge 357 cal Magnum Ball Each 0 $0.00 1 A 0001 Ctge 38 cal Each 21 $0.00 1 A 0001 Ctge 38 special ball Each 2,038 $0.00 1 A 0001 Ctge 38 special ball hollow point Each 1 $0.00 1 A 0001 Ctge 38 Special super match Lead wad cutter Each 1,690 $0.00 1 A 0001 Ctge 380 Cal Ball Each 0 $0.00 1 A 0001 Ctge 40 Cal Ball Each 0 $0.00 1 A 0001 Ctge 44 Cal Magnum Remington FEDPrem Hydra Shock Each 2,038 $0.00 1 A 0001 Ctge 44 Cal Pistol Each 0 $0.00 1 A 0001 Ctge 45 cal Pistol Each 538 $0.00 1 A 0001 Ctge 45 Cal Rimmed Each 0 $0.00 1 A 0001 Ctge 5.56mm (SOF) Each 0 $0.00 1 A 0001 Ctge 5.56mm Ball SS109 Each 0 $0.00 1 A 0001 Ctge 5.56mm tracer C78 Linked Each 43 $0.00 1 A 0001 Ctge 5.56mm XC77A1 IP Clipped Each 0 $0.00 1 A 0001 Ctge 50 Cal API Mk 211 Mod 0 Each 0 $0.00 1 A 0001 Ctge 50 cal API-T Each 0 $0.00 1 A 0001 Ctge 50 Cal Ball Each 0 $0.00 1 A 0001 Ctge 50 Cal Ball M2 Each 1,511 $0.00 1 A 0001 Ctge 50 Cal Ball M2 Linked Each 30,349 $0.00 1 A 0001 Ctge 50 Cal Blank Each 0 $0.00 1 A 0001 Ctge 50 cal incendiary Each 0 $0.00 1 A 0001 Ctge 50 cal Spotter Tracer M48A1 Each 28,161 $0.00 1 A 0001 Ctge 7.62mm AP Each 0 $0.00 1 A 0001 Ctge 7.62mm Ball C21 Each 0 $0.00 1 A 0001 Ctge 7.62mm Ball High Pressure test c85 Each 0 $0.00 1 A 0001 Ctge 7.62mm tracer C19 Linked Each 6,160 $0.00 1 A 0001 Ctge 7.62mm tracer C78 Linked Each 0 $0.00 1 A 0001 Ctge 7mm Ball Each 0 $0.00 1 A 0001 Ctge 8mm Mauser Ball Each 0 $0.00 1 A 0001 Ctge 9mm Luger Each 0 $0.00 1 A 0001 Ctge and stud assembly #5 Each 0 $0.00 1 A 0001 Ctge Blank, Various Each 14 $0.00 1 A 0001 Ctge Disrupter EOD Neutrex Mk II 20mm Each 0 $0.00

3/19 Price per Unit of Issue

Qty as of 31 Dec The Bidder is to complete the column entitled "Cost per Demil Company: 2013 unit of measure" Requirement Total Cost (Extended) Mandatory (1) Unit of Qty for per Unit of Cost per Unit of Desired (2) Group LOG Nomenclature Issue Demil Issue Issue Remarks 1 A 0001 Ctge Impulse Aquaset Gel, Single use Disrupter Each 0 $0.00 1 A 0001 Ctge Powder Actuated 22 cal Brown Each 0 $0.00 1 A 0001 Ctge Powder Actuated 22 Cal Green Wad Each 0 $0.00 1 A 0001 Ctge Powder Actuated 25 Cal Yellow Each 0 $0.00 1 A 0001 Ctge Powder Actuated Hilti Purple Wad Each 0 $0.00 1 A 0001 Ctge Powder Actuated Hilti Red Wad Each 0 $0.00 1 A 0001 Ctge Powder Actuated Plastic Blue Each 0 $0.00 1 A 0001 Ctge Powder Actuated Plastic Red Each 0 $0.00 1 A 0001 Ctge Powder Actuated Tool Plastic White Each 0 $0.00 1 A 0001 Ctge Shotgun, Various Each 32 $0.00 1 A 0001 Schermuly Pistol Line Throwing Each 0 $0.00 1 A 0001 Small Arms Ammo Blank 5.56mm and 7.62mm Each 8,564 $0.00 1 A 0001 Small Arms Ammo Pending Disposal (various) Each 71,813 $0.00 1 A 0001 Various Small Arms (5.56mm/7.62mm) Each 28,560 $0.00 1B3214 Ctge 20mm Mk 244 Mod 0 Each 205 $0.00 1B3215 Ctge 20mm DS Mk 149 mod 4 linked (tungsten) Each 89,126 $0.00 1B3216 Ctge 20mm Linked TP M55A2 Each 200 $0.00 1B5015 Ctge 20mm TP M55A2 Each 711 $0.00 1 B 5016 Ctge 20mm TPLD,C144 Each 41,416 $0.00 1 B 5021 Ctge 20mm Target Practice Trainer PGU 30A/B Each 2,500 $0.00 1 B 5034 Ctge 20mm TP-T, XM220 Each $0.00 1 B 5060 Ctge 20mm Linked MP M70 Each 147,449 $0.00 1 B 5061 Ctge 20mm MPLD M70 Each 3,500 $0.00 1C0271 Ctge 25mm APFSDS-T C137 Each 3 $0.00 1C0272 Ctge 25mm FAPDS-T C138/A1 Each 1 $0.00 1C0273 Ctge 25mm TPDS-T C131 Each 366 $0.00 1C0303 Ctge 25mm HEI-T (C142) Each 41 $0.00 1C0304 Ctge 25mm TP-T (C143) Each 60 $0.00 1C0309 Ctge 40mm HE with SD C149 Each 0 $0.00 1C0310 Ctge 40mm HE-DP M433 w/fuze M550 F/grenade Launcher Each 0 $0.00 1C0383 Ctge 40mm x 53 HV Practice C174 w/Impact Signature Each 1 $0.00 1C0554 Ctge 35mm HEI PMD 048-1 Each 0 $0.00 1C0555 Ctge 35mm TP-T c122 Each 0 $0.00 1C0556 Ctge 35mm Breakup c123 Each 0 $0.00 1C3001 Ctge 40mm HE-T L60 Clipped Each 0 $0.00 1C3002 Ctge 40mm (BL&P) L60 Each 12 $0.00 1 C 0001 Ctge 40mm Exact Impact Sponge Each 10 $0.00 1 C 0001 Ctge 40mm Shot (SOF) Each 0 $0.00 1D0280 Ctge 60mm HE Each 4 $0.00 1D0300 Ctge 60mm Illum Each 8 $0.00 1D0319 Ctge 81mm -Bedding Each 0 $0.00 1D0320 Ctge 81mm HE C70A2 W/PD Fuze Each 0 $0.00 1D0340 Ctge 81mm Illum Each 6 $0.00 1D0350 Ctge 81mm IR Illum M816 w/Fuze MTSQ M772 Each 0 $0.00 1D0400 Ctge 84mm HEAT FFV551 Each 1 $0.00

4/19 Price per Unit of Issue

Qty as of 31 Dec The Bidder is to complete the column entitled "Cost per Demil Company: 2013 unit of measure" Requirement Total Cost (Extended) Mandatory (1) Unit of Qty for per Unit of Cost per Unit of Desired (2) Group LOG Nomenclature Issue Demil Issue Issue Remarks 1D0401 Ctge 84mm HEDP FFV 502 Each 0 $0.00 1D0402 Ctge 84mm FFV751 Each 2 $0.00 1D0403 Ctge 84mm, HE, 441 Each 1 $0.00 1D0404 Ctge 84mm, Illum, 545 Each 0 $0.00 1D0406 Ctge 84mm, ADM Each 0 $0.00 1D0410 Ctge 84mm TP/T FFV 552 Each 4 $0.00 1D0970 Ctge 76mm HESH L29A5 Each 0 $0.00 1D0980 Ctge 76mm SH-T Practice L40A1 Each 0 $0.00 1D0990 Ctge 76mm Smoke BE L32A5 Each 0 $0.00 1D1020 Ctge 76mm Blank L2A1 Each 0 $0.00 1D3122 Ctge 76 mm HE PFF Type 291 Each 0 $0.00 1D3124 Ctge 76 mm HE Type 251 Fuzed M557 or Mk 407 Mod 1 Each 1 $0.00 1D3125 Ctge 76 mm/62 TP-S (NFVT) Each 4 $0.00 1D3126 Ctge 76mm/62 TP-T Each 2 $0.00 1D3128 Ctge 76mm/62 Clearing DM11 Each 0 $0.00 1D3129 Ctge 76mm/62 TRAP Each 0 $0.00 1D3160 Ctge 57mm PFHE C101 Each 1 $0.00 1D3165 Ctge 57mm HCER Each 0 $0.00 1D3170 Ctge 57mm BLP Each 6 $0.00 1D3175 Ctge 57mm Non-Frag W/Fuze Each 0 $0.00 1D3179 Ctge 57mm TRAP Each 0 $0.00 1 D 5190 Warhead 2.75" Rocket HE Mk Mod 1 Each 0 $0.00 1 D 5191 Warhead 2.75" Rocket Flechette WDU 5002/B Each 4,899 $0.00 1 D 5195 Warhead 2.75" Rocket Flechette w/Red Dye Spot Chg Each 1,694 $0.00 1 D 0001 Projectile 76mm HESH Each 0 $0.00 1 D 0001 Projectile 76mm TP-S Non-Frag w/Spotting Charge & Fuze Each 2 $0.00 1E0560 Ctge 105mm HEPD HOW M1 Each 0 $0.00 1E0561 Ctge 105mm HF HEPD/MR Each 0 $0.00 1E0562 Ctge 105mm HE PD/MR ER (C132) Each 0 $0.00 1E0570 Ctge 105mm HE PLUG (HOW) Each 0 $0.00 1E0580 Ctge 105mm HE MTSQ (HOW) Each 0 $0.00 1E0590 Ctge 105mm Illum HOW Each 0 $0.00 1E0610 Ctge 105mm HESH (HOW) Each 1 $0.00 1E0620 Ctge 105mm SH/P (HOW) Each 0 $0.00 1E0630 Ctge 105mm Smk WP HOW Each 0 $0.00 1E0640 Ctge 105mm Smk HCBE (HOW) Each 1 $0.00 1E0641 Ctge 105mm Smk BS Each 0 $0.00 1E0700 Ctge 105mm Blank F/CHGE HOW M395 Each 0 $0.00 1E0710 Ctge 105mm Blank (HOW) Each 5 $0.00 1E0730 Projectile 155mm Illum Each 42 $0.00 1E0735 Projectile 155mm IR Illum M485A1 Each 0 $0.00 1E0740 Projectile 155mm Smk HCBE Each 0 $0.00 1E0741 Projectile 155mm Smk BS Each 0 $0.00 1E1030 Ctge 105 mm HESH Tank Each 0 $0.00 1E1041 Ctge 105mm APFSDS TK Each 0 $0.00

5/19 Price per Unit of Issue

Qty as of 31 Dec The Bidder is to complete the column entitled "Cost per Demil Company: 2013 unit of measure" Requirement Total Cost (Extended) Mandatory (1) Unit of Qty for per Unit of Cost per Unit of Desired (2) Group LOG Nomenclature Issue Demil Issue Issue Remarks 1E1071 Ctge 105mm Short Range Tank SRTPDS-T Each 4 $0.00 1E1081 Ctge 105mm SH/P Tank Each 0 $0.00 1E1120 Ctge 105mm TK Blank C1A4 Each 0 $0.00 1E3030 Projectile 5" 54 Cal HE Mk41 Each 0 $0.00 1E3070 Projectile 5" 54 Cal HE Mk116 Mod 1 Each 0 $0.00 2 F 0720 Projectile 155mm HE(M107) Each 0 $0.00 2 F 0721 Projectile 155mm HE,M795 Each 0 $0.00 2 F 0722 Projectile 155mm HE RA M549A1 Each 0 $0.00 2 F 0723 Projectile 155 HE ER XM982(Excalibur) Each 0 $0.00 2 F 0725 Projectile 155mm HEDP ICM M483A1 w/M42 and M46 grenades Each 0 $0.00 1F1050 Ctge 120mm, HEAT-T-TP, DM18A2 Each 0 $0.00 1F1051 Ctge 120mm, HEAT-MP-T, DM12A2 Each 2 $0.00 1F1053 Ctge 120mm, Canister, M1028 Each 0 $0.00 2 G 5068 Bomb MK84 HE Mods 2 and 4 Each 0 $0.00 2 G 5069 Bomb MK 84 Mod 7 HE Each 0 $0.00 2 G 5070 Bomb Body HE MK82/ BLU-111A/B Each 0 $0.00 2 G 5071 Bomb BLU-109 for Paveway II Each 0 $0.00 2 G 5085 Bomb MK 83 Mod 4 HE (1000lbs) Each 0 $0.00 1H0800 Charge Propelling 105mm m14 w/primer percussion M82A2 Each 429 $0.00 1H0805 Flash Reducer M2 Each 0 $0.00 1H0810 Charge Propelling 155mm Red Bag Each 57000 $0.00 1H0812 Charge Modular 155mm,M231 Each 1 $0.00 1H0813 Charge,155mm Modular, M232A1 Each 0 $0.00 1 H 2330 Firing Point Propellant (105mm) Kg 10811 $0.00 1 H 2330 Firing Point Propellant (155mm) Kg 6758 $0.00 1 H 2330 Propellant bulk from break down projects Kg 2685 $0.00 1 H 2330 Solid Propellant 81mm (outer pack PA125) Kg 36 $0.00 1 H 2330 Surplus Charge Increment TL 26 for 60mm Each 47 $0.00 1 H 4304 Charge Blank 6 PDR ML Gun Each 0 $0.00 1 H 4306 Charge Blank 9 PDR 6 CWT RML Gun Each 2 $0.00 1 H 4307 Charge Blank Mini 32 PDR (Cannon Ball) Each 0 $0.00 1 H 7002 Charge Propelling 105mm M67 Each 3 $0.00 1 H 0001 Cartridge Augmenting L32A1 Each 1 $0.00 1 H 0001 Primary Cartridge L39A1 Each 1 $0.00 1 H 0001 Propellant bulk at METC not on charge Kg 0 $0.00 1 I 1230 Squib Electric DM 22 for Tank Each 28 $0.00 1 I 5336 Ctge Impulse CCU-63/B Each 19,391 $0.00 1 I 5337 Cartridge Impulse CCU 136/A Each 282,314 $0.00 1 I 5340 Initiator JAU 22B Each 12,878 $0.00 1 I 5341 Ctge Impulse BBU 35/B Each 301 $0.00 1 I 5348 Cartridge Impulse CCU 41/B PN 842AS100D Each 18,103 $0.00 1 I 5349 Cartridge Impulse BBU-36/B Each 1,146 $0.00 1 I 5352 Ctge Impulse CCU 45/B Each 7,944 $0.00 1 I 5353 Ctge Impulse ARD 863-1 Each 60,704 $0.00 1 I 5354 Ctge Impulse MK 19 Each 8,453 $0.00 1 I 5355 Ctge Impulse ARD 446-1 Each 4,464 $0.00

6/19 Price per Unit of Issue

Qty as of 31 Dec The Bidder is to complete the column entitled "Cost per Demil Company: 2013 unit of measure" Requirement Total Cost (Extended) Mandatory (1) Unit of Qty for per Unit of Cost per Unit of Desired (2) Group LOG Nomenclature Issue Demil Issue Issue Remarks 1 I 6001 Actuator Assy Explosive rotary Each 284 $0.00 1 I 6002 Actuator Assy Explosive rotary Each 0 $0.00 1 I 6003 Ejector Drag Gun Each 0 $0.00 1 I 6004 Sequencer Explosive Actuated Each 0 $0.00 1 I 6007 Catapult A/C Ejection seat Each 16 $0.00 1 I 6008 Catapult A/C Ejection seat Each 0 $0.00 1 I 6009 Rocket Motor under Seat Mk 100 Mod 0 Each 0 $0.00 1 I 6010 Rocket Motor Under Seat Mk 101 Mod 0 Each 0 $0.00 1 I 6011 Ignition Device PVU-1/A Each 0 $0.00 1 I 6012 Cutter Ctge Actuated Model G1, 0.8sec delay Each 4 $0.00 1 I 6013 Cutter Ctge Actuated G1, 0.1sec Each 0 $0.00 1 I 6016 Explosive Sequence Control DCU-241/A Each 90 $0.00 1 I 6022 Ctge Set Impulse MBCP 141 Each 45 $0.00 1 I 6023 Ctge Set Impulse MBCP 161 Each 230 $0.00 1 I 6028 Initiator Ctge Actuated M72 Each 4 $0.00 1 I 6031 Initiator Cartridge Actuated Each 46 $0.00 1 I 6032 Initiator Cartridge Actuated Each 4 $0.00 1 I 6033 Initiator Ctge Actuated M10 Each 3 $0.00 1 I 6034 Initiator Ctge Actuated M31 Each 0 $0.00 1 I 6035 Initiator Ctge Actuated M27 Each 1,866 $0.00 1 I 6036 Initiator Ctge Actuated M5A2 Each 479 $0.00 1 I 6037 Initiator Ctge Actuated M32A1 Each 9 $0.00 1 I 6038 Initiator Ctge Actuated M3A2 Each 12 $0.00 1 I 6040 Initiator Mechanical JAU-25/A Each 568 $0.00 1 I 6047 Initiator Explosive Actuated JAU-24A Each 151 $0.00 1 I 6050 Initiator Explosive Actuated JAU-29A Each 298 $0.00 1 I 6052 Initiator Ctge Actuated PN 0113226-23 Each 321 $0.00 1 I 6053 Valve One Way Transfer, Initiator Ctge Actuated PN 841AS375 Each 164 $0.00 1 I 6055 Cartridge Impulse M73 Each 106 $0.00 1 I 6056 Cartridge delay M93 Each 0 $0.00 1 I 6059 Remover A/C Canopy M1A3 Each 1 $0.00 1 I 6060 Remover A/C Canopy M3A1 Each 158 $0.00 1 I 6061 Rocket Motor Aircraft Canopy Jettison Each 471 $0.00 1 I 6064 Cartridge Impulse M31A2 Each 0 $0.00 1 I 6066 Thruster Ctge Actuated M25A1 Each 0 $0.00 1 I 6067 Thruster Ctge Actuated M5A2 Each 7 $0.00 1 I 6071 Cord Detonating Shielded Mild 41.073" long Each 0 $0.00 1 I 6072 Ctge Impulse CCU-71A Each 0 $0.00 1 I 6073 Ctge Impulse CCU-72A Each 3 $0.00 1 I 6074 Cord Detonating Shielded Mild 9.872" long Each 0 $0.00 1 I 6075 Cord Detonating Shielded Mild 7.453" long Each 0 $0.00 1 I 6076 Cord Detonating Shielded Mild 5.442" long Each 0 $0.00 1 I 6077 Cord Detonating Shielded Mild 59.879" long Each 0 $0.00 1 I 6078 Cord Detonating Shielded Mild 0" long Each 0 $0.00 1 I 6079 Cord Detonating Shielded Mild 0" long Each 0 $0.00 1 I 6080 Cord Detonating Shielded Mild 11.031" long Each 0 $0.00

7/19 Price per Unit of Issue

Qty as of 31 Dec The Bidder is to complete the column entitled "Cost per Demil Company: 2013 unit of measure" Requirement Total Cost (Extended) Mandatory (1) Unit of Qty for per Unit of Cost per Unit of Desired (2) Group LOG Nomenclature Issue Demil Issue Issue Remarks 1 I 6081 Cord Detonating Shielded Mild 24.042" long Each 0 $0.00 1 I 6082 Cord Detonating Shielded Mild 8.664" Long Each 1 $0.00 1 I 6083 Cord Detonating Shielded Mild 5" Long Each 0 $0.00 1 I 6084 Cord Detonating Shielded Mild 12.053" Long Each 0 $0.00 1 I 6085 Cord Detonating Shielded Mild 35.224" Long Each 0 $0.00 1 I 6086 Cord Detonating Shielded Mild 32.507" Long Each 0 $0.00 1 I 6087 Cord Detonating Shielded Mild 9.176" long Each 0 $0.00 1 I 6088 Cord Detonating Shielded Mild 4.756" Long Each 0 $0.00 1 I 6089 Cord Detonating Shielded Mild 11.242 Long Each 0 $0.00 1 I 6090 Cord Detonating Shielded Mild 21.481 Long Each 0 $0.00 1 I 6091 Cord Detonating Shielded Mild 18.38" Long Each 0 $0.00 1 I 6092 Cord Detonating Shielded Mild 0" Long Each 0 $0.00 1 I 6093 Cord Detonating Shielded Mild 18.545" Long Each 0 $0.00 1 I 6094 Cord Detonating Shielded Mild 35.017" Long Each 0 $0.00 1 I 6095 Cord Detonating Shielded Mild 26.161" Long Each 0 $0.00 1 I 6096 Cord Detonating Shielded Mild FCDC Each 0 $0.00 1 I 6097 Cord Detonating Shielded Mild 16.971" Long Each 0 $0.00 1 I 6098 Cord Detonating Shielded Mild 9.211" Long Each 0 $0.00 1 I 6099 Cord Detonating Shielded Mild 2.35" Long Each 0 $0.00 1 I 6100 Cord Detonating Shielded Mild 7.822" Long Each 0 $0.00 1 I 6101 Cord Detonating Shielded Mild 5.168" Long Each 0 $0.00 1 I 6102 Cord Detonating Shielded Mild 8.901" Long Each 0 $0.00 1 I 6104 Cord Detonating Shielded Mild 14.092" Long Each 0 $0.00 1 I 6105 Cord Detonating Shielded Mild 39.468" Long Each 0 $0.00 1 I 6106 Cord Detonating Shielded Mild 20.264" Long Each 0 $0.00 1 I 6107 Cord Detonating Shielded Mild 6.94" Long Each 0 $0.00 1 I 6108 Cord Detonating Shielded Mild 2.35" Long Each 0 $0.00 1 I 6109 Cord Detonating Shielded Mild 4.551" Long Each 0 $0.00 1 I 6110 Cord Detonating Shielded Mild 30.099" Long Each 0 $0.00 1 I 6111 Cord Detonating Shielded Mild 4.984" Long Each 0 $0.00 1 I 6112 Cord Detonating Shielded Mild 36.142" Long Each 0 $0.00 1 I 6113 Cord Detonating Shielded Mild 42.489" Long Each 0 $0.00 1 I 6114 Cord Detonating Shielded Mild 37.68" Long Each 0 $0.00 1 I 6115 Cord Detonating Shielded Mild 32.509" Long Each 0 $0.00 1 I 6116 Cord Detonating Shielded Mild 18.477" Long Each 0 $0.00 1 I 6117 Cord Detonating Shielded Mild 18.094" Long Each 0 $0.00 1 I 6118 Cord Detonating Shielded Mild 5" Long Each 0 $0.00 1 I 6119 Cord Detonating Shielded Mild 7.7035" Long Each 0 $0.00 1 I 6120 Cord Detonating Shielded Mild 5.424" Long Each 0 $0.00 1 I 6122 Cord Detonating Shielded Mild 19.382" Long Each 0 $0.00 1 I 6123 Cord Detonating Shielded Mild 1.68" Long Each 0 $0.00 1 I 6124 Cord Detonating Shielded Mild 9.993" Long Each 0 $0.00 1 I 6125 Cord Detonating Shielded Mild 29.916" Long Each 0 $0.00 1 I 6126 Cord Detonating Shielded Mild 24.304" Long Each 0 $0.00 1 I 6128 Cord Detonating Shielded Mild 19.010" Long Each 0 $0.00 1 I 6129 Cord Detonating Shielded Mild 37.408" Long Each 0 $0.00

8/19 Price per Unit of Issue

Qty as of 31 Dec The Bidder is to complete the column entitled "Cost per Demil Company: 2013 unit of measure" Requirement Total Cost (Extended) Mandatory (1) Unit of Qty for per Unit of Cost per Unit of Desired (2) Group LOG Nomenclature Issue Demil Issue Issue Remarks 1 I 6130 Cord Detonating Shielded Mild 50.57" Long Each 0 $0.00 1 I 6131 Cord Detonating Shielded Mild 25.964" Long Each 0 $0.00 1 I 6132 Cord Detonating Shielded Mild 18.805" Long Each 0 $0.00 1 I 6132 Cord Detonating Shielded Mild 36.881" Long Each 0 $0.00 1 I 6134 Cord Detonating Shielded Mild 59.879" Long Each 0 $0.00 1 I 6135 Cord Detonating Shielded Mild 27.46" Long Each 0 $0.00 1 I 6136 Cord Detonating Shielded Mild 24 Long FCDC Each 0 $0.00 1 I 6137 Cord Detonating 24" long (FCDC) Each 0 $0.00 1 I 6138 Cord Detonating Shielded Mild 7.79" long Each 10 $0.00 1 I 6139 Cord Detonating Kit No. 21 Kit 1 $0.00 1 I 6142 Cord Detonating Each 0 $0.00 1 I 6143 Cord Detonating Shielded Mild 20.695" Long Each 0 $0.00 1 I 6144 Cord Detonating Kit No. 16 (for CF 18) Kit 0 $0.00 1 I 6145 Cord Detonating Shielded Mild41.437" Long Each 0 $0.00 1 I 6146 Ctge A/C Fire Extinguisher PN 895408 Each 0 $0.00 1 I 6147 Ctge A/C Fire Extinguisher PN 895409 Each 0 $0.00 1 I 6148 Ctge A/C Fire Extinguisher PN 30900400-1 Each 0 $0.00 1 I 6152 Ctge A/C Fire Extinguisher PN 13083-5 Each 18 $0.00 1 I 6154 Ctge A/C Fire Extinguisher PN 100280-1 Each 7 $0.00 1 I 6155 Ctge A/C Fire Extinguisher PN 100280-3 Each 2 $0.00 1 I 6156 Ctge A/C Fire Extinguisher PN 100280-5 Each 5 $0.00 1 I 6157 Ctge A/C Fire Extinguisher CCU-94/A Each 75 $0.00 1 I 6158 Ctge A/C Fire Extinguisher PN 841155-1 Each 29 $0.00 1 I 6159 Ctge A/C Fire Extinguisher CCU-68/A Each 0 $0.00 1 I 6160 Squib Electric Each 0 $0.00 1 I 6163 Ctge A/C Fire Extinguisher PN 13083-25 Each 4 $0.00 1 I 6164 Ctge A/C Fire Extinguisher PN 897776 Each 0 $0.00 1 I 6165 Ctge impulse Mk23 Mod 0 Each 0 $0.00 1 I 6166 Ctge Impulse Mk105 Mod 0 Each 38 $0.00 1 I 6168 Ctge Impulse Mk 24 Mod 0 Each 31 $0.00 1 I 6171 Ctge Impulse CCU 92A Each 0 $0.00 1 I 6172 Ctge Powder Actuated Cutter Each 55 $0.00 1 I 6174 Ctge Delay 10 sec Each 65 $0.00 1 I 6175 Ctge delay 20 sec Each 350 $0.00 1 I 6176 Ctge Replacement Kit Pressure Each 1 $0.00 1 I 6178 Cutter Cord and Flag Assy Each 28 $0.00 1I6180 Ctge Impulse MK 152 (Mine Sweeping) Each 0 $0.00 1I6181 Ctge Impulse MK 154 (Mine Sweeping) Each 0 $0.00 1 I 6183 BBU 35/B Ctge Each 0 $0.00 1 I 6191 Squib Actuator PN 728316A or PN 055046 Each 24 $0.00 1 I 6193 Ctge Impulse No 6100 Each 292 $0.00 1 I 6194 Ctge CBL CTR-Mine Roller Each 0 $0.00 1 I 6195 Ctge CBL CTR-Mine Plow Each 0 $0.00 1 I 6217 Squib Electric MSA X29 Each 113 $0.00 1 I 6220 Initiator Cartridge Actuated 0.75 Sec delay Each 0 $0.00 1 I 6226 Ctge Impulse Each 0 $0.00

9/19 Price per Unit of Issue

Qty as of 31 Dec The Bidder is to complete the column entitled "Cost per Demil Company: 2013 unit of measure" Requirement Total Cost (Extended) Mandatory (1) Unit of Qty for per Unit of Cost per Unit of Desired (2) Group LOG Nomenclature Issue Demil Issue Issue Remarks 1 I 6228 Initiator Ctge Actuated M27 Each 0 $0.00 1 I 6233 Initiator Explosive Actuated JAU-24A Each 155 $0.00 1 I 6234 Initiator Propellant Actuated JAU-27A Each 1,472 $0.00 1 I 6236 Cord Detonating Shielded Mild 36.892" Long Each 0 $0.00 1 I 6302 Rocket Motor A/C Ejection Seat Each 0 $0.00 1I6317 Ctge Impulse MK192 (Mine Sweeping) Each 0 $0.00 1 I 6318 Cord Assy Detonation (TLX Transfer Line) Each 1 $0.00 1 I 6319 Cord Assy Detonation (TLX Transfer Line) Each 0 $0.00 1 I 6320 Ctge, Mine Roller Each 0 $0.00 1 I 6330 Parachute deployment Rocket motor Mk 122 Mod 0 Each 45 $0.00 1 I 6338 Ctge Impulse CCU-146/A PN 30003-MBEU 148334-1 Each 33 $0.00 1 I 6339 Initiator Ctge Actuated JAU-74/A PN 30003-MBEU 148244-1 Each 40 $0.00 1 I 6362 FA-18 shielded Mild Detonating Cord P/N 74B808225-387 Each 0 $0.00 1 I 6400 Cutter Ctge Actuated Model G1, 0.5sec delay Each 12 $0.00 1 I 0001 Actuator Assy Explosive rotary Each 13 $0.00 1 I 0001 Body Inflation device Each 0 $0.00 1 I 0001 Catapult A/C Ejection Seat M37 Each 0 $0.00 1 I 0001 Ctge Actuated Cutter Each 0 $0.00 1 I 0001 Ctge Impulse PN MBEU 65690 Each 0 $0.00 1 I 0001 Ctge Impulse PN MBEU 65744 Each 0 $0.00 1 I 0001 Ctge Impulse PN MBEU 65745 Each 0 $0.00 1 I 0001 Ctge Impulse PN MBEU 69692 Each 0 $0.00 1 I 0001 Cutter Cartridge Actuated ModelG1 0.5sec Delay Each 0 $0.00 1 I 0001 Initiator Cartridge Actuated 2921100-1 Each 0 $0.00 1 I 0001 Initiator Cartridge Actuated P/N 112207-2 Each 0 $0.00 1 I 0001 Initiator Cartridge Actuated P/N 30900400-1 Each 0 $0.00 1 I 0001 Initiator Ctge Actuated 0.75 Sec delay Each 0 $0.00 1 I 0001 Release Propellant Actuated Each 0 $0.00 1 I 0001 Remover A/C Canopy RAU-3/A w/M29A2 impulse Cart Each 0 $0.00 1 I 0001 Squib, Cable Cutter Each 0 $0.00 1J1570 Cap Blasting Electric Each 0 $0.00 1 J 1572 Cap Blast M4 Electric Each 0 $0.00 1 J 1575 Cap Blasting M6 Electric Each 0 $0.00 1 J 1580 Cap Blasting No. 12 Non Electric Each 0 $0.00 1 J 1590 Charge Demolition Plastic 1.25lb (C-4) Each 0 $0.00 1 J 1630 Charge Demolition 15-LB Each 0 $0.00 1 J 1645 Trigran (HEBP) 9Kgs Cntr Kg 0 $0.00 1 J 1646 Trigran C24 in C126 Cntr Kg 0 $0.00 1 J 1647 Primer 20 gms DatePrimer Each 0 $0.00 1 J 1656 Charge Demolition Date Sheet.125 Ft 0 $0.00 1 J 1657 Charge Demolition Date Sheet.042 Ft 0 $0.00 1 J 1680 Charge Demolition Shaped 40-LB Each 0 $0.00 1 J 1700 Cord Detonating Metre 0 $0.00 1 J 1702 Cord Detonation commercial 200gr/Ft Metre 0 $0.00 1 J 1710 Fuse Blasting Time Ft 0 $0.00 1 J 1720 Fuse Instantaneous Metre 0 $0.00

10/19 Price per Unit of Issue

Qty as of 31 Dec The Bidder is to complete the column entitled "Cost per Demil Company: 2013 unit of measure" Requirement Total Cost (Extended) Mandatory (1) Unit of Qty for per Unit of Cost per Unit of Desired (2) Group LOG Nomenclature Issue Demil Issue Issue Remarks 1 J 1730 Igniter (Electric) BF Each 0 $0.00 1 J 1740 Igniter (Percussion) BF Each 0 $0.00 1 J 1750 Match Fuzee Safety (BXS) Box 0 $0.00 1 J 1780 Demolition Kit Bangalore Torpedo Kit 0 $0.00 1 J 1940 Coupling Base Firing Devices Each 0 $0.00 1J3092 DM211 Depth Charge Each 0 $0.00 1J3890 Charge Demolition Assy 138 Replacement Each 0 $0.00 1 J 3892 Charge Demolition Rigid Linear Mk 1, 52.5lbs Each 0 $0.00 1J3940 Charge Demolition TNT 10-LB Each 0 $0.00 1J4020 Charge Demolition M8/MK75 Each 0 $0.00 1J4310 Demolition Charge (Limpet Mine) Each 0 $0.00 1J4311 Firing Device (Limpet Mine) Each 0 $0.00 1J4312 Safe and Arming Device (Limpet Mine) Each 0 $0.00 1 J 0001 Charge Shock test 1200 lbs Each 0 $0.00 1 J 0001 Charge Shock Test 10000Lbs Each 0 $0.00 1 J 0001 Detonator Percussion N5 MK 3 Each 0 $0.00 1K0712 Igniter Friction Tube SC 282 Each 0 $0.00 1K0811 Primer Percussion 155mm Each 3 $0.00 1K0820 Fuze PD (HOW) M739 Each 0 $0.00 1K0821 Fuze CP (HOW) DM371 W/Booster DM1361 Each 0 $0.00 1K0822 Fuze MR (HOW) C32/C32A1 Each 4 $0.00 1K0840 Fuze MTSQ (HOW) M582A1 Each 0 $0.00 1K0870 Fuze MT (HOW) M577A1 Each 6,922 $0.00 1K0871 Fuze ET (HOW) M762, M762A1 Each 0 $0.00 1K0910 Fuze PROX (HOW) M732 Each 0 $0.00 1K1290 Fuze M228 for practice grenade Each 0 $0.00 1K3123 Fuze Proximity Mk 417 Mod 0 for 76mm Each 0 $0.00 1K4312 Safe and Arming Device (Limpet Mine) Each 0 $0.00 1 K 5064 Delay Element Fuze M9 Each 0 $0.00 1 K 5065 Fuze Bomb FMU-139 (NAVY) Each 3 $0.00 1 K 5066 Fuze FMU-139A/B Air force Each 0 $0.00 1 K 5067 Fuze Bomb FMU-143 B/B Each 0 $0.00 1 K 5074 Adapter Booster Bomb M148 Each 0 $0.00 1 K 7208 Fuze Point Detonating DM111A4 w/booster DM 1008A1 Each 0 $0.00 1 K 7103 Primer Percussion C17 Each 14 $0.00 1K8048 Fuze Prox C33 for 57mm Each 66 $0.00 1 K 0001 Fuze 113A (from 2.75" Flechette) Each 827 $0.00 1 K 0001 Fuze FMU-5002/B Each 4 $0.00 1 K 0001 Fuze Proximity C31 Each 0 $0.00 1 K 0001 Fuze Proximity MK NC 101 Mod 2 Each 0 $0.00 1 K 0001 Fuze Time No 390 Mk1 Each 5,458 $0.00 1 K 0001 Igniter Eryx Missile flight motor Each 0 $0.00 1 K 0001 Igniter Eryx Missile Gyro scope unlock Igniter Each 0 $0.00 1 K 0001 Igniter Eryx Missile latching unit Igniter Each 8 $0.00 1 K 0001 Igniter Eryx Missile Launch Motor Each 0 $0.00 1 K 0001 Igniter Eryx Missile Safe & Arming Device Each 5 $0.00

11/19 Price per Unit of Issue

Qty as of 31 Dec The Bidder is to complete the column entitled "Cost per Demil Company: 2013 unit of measure" Requirement Total Cost (Extended) Mandatory (1) Unit of Qty for per Unit of Cost per Unit of Desired (2) Group LOG Nomenclature Issue Demil Issue Issue Remarks 1 K 0001 Igniter Eryx Missile thrust stop Igniter Each 0 $0.00 1 K 0001 Primer Electric C19 Each 24 $0.00 1 K 0001 Primer Electric various Each 3 $0.00 1 K 0001 Primer Percussion DM231A1 Each 0 $0.00 1 K 0001 Primer Percussion recovered from 76mm Blank L2A1 Each 0 $0.00 1 K 0001 Tracer, XM10 P/O FM Various SC's Each 67,485 $0.00 1L1140 Grenade Hand Frag HE C13 Each 0 $0.00 1L1221 Grenade 76mm Frag HE DN31 (N/A) Each 0 $0.00 1L1280 Grenade Hand Sound and Flash 9 Bang 0.5 sec delay Each 0 $0.00 TBD M 5171 Rocket Motor 2.75" RLU-5001/B Each 0 $0.00 TBD M 5173 Rocket Motor 2.75" RLU-5002/B Each 0 $0.00 1 M 0001 Launch Motor for Eryx Missile Each 817 $0.00 1 M 0001 Flight Motor for Eryx Missile Each 817 $0.00 1N0370 Rocket 66mm HEAT M72A5 w/o graze Each 0 $0.00 1N0371 Rkt 21mm M72-S (SCTD) Each 0 $0.00 1N0390 (Replacement for Ser 0370) Each 0 $0.00 2 N 0412 ERYX Missile (HE) Each 0 $0.00 2 N 0413 ERYX Missile (Inert) Each 0 $0.00 1 N 6330 Parachute Deployment Rocket Motor Mk122 mod 0 PN 30003-MBU Each 3 $0.00 1O0275 Ctge 25mm SUB-CAL Green Each 37 $0.00 1O0276 Ctge 25mm SUB-CAL Yellow Each 97 $0.00 1O0277 Ctge 25mm SUB-CAL Blue Each 207 $0.00 1O0278 Ctge 25mm SUB-CAL Red Each 200 $0.00 1O0312 Ctge 40mm Practice PCM C158 Each 0 $0.00 1O0316 Ctge 40mm Smoke Red Ground Marker M713 Each 0 $0.00 1O0540 Simulator Launching Anti-tank Guided Missile M80 Each 72,281 $0.00 1O0712 Igniter Friction Tube SC 282 Each 0 $0.00 1O0930 Ctge 14.5mm PRAC DT11 Each 0 $0.00 1O0940 Ctge 14.5mm PRAC DT31 Each 0 $0.00 1O0950 Ctge 14.5mm PRAC DT21 Each 0 $0.00 1O0960 Ctge 14.5mm PRAC DT41 Each 0 $0.00 1O1160 Grenade Hand Smk Blue/Violet C8 Each 0 $0.00 1O1170 Grenade Hand Smk Green C8 Each 0 $0.00 1O1180 Grenade Hand Smk Red C8 Each 1 $0.00 1O1190 Grenade Hand Smk Yellow C8 Each 1 $0.00 1O1210 Grenade Hand OP Smk W Each 42,412 $0.00 1O1220 Grenade Smk 76mm DM15 HC Each 35 $0.00 1O1240 Grenade Discharger Smk 66mm HC L5A4 Each 2,970 $0.00 1O1250 Grenade Hand Smk W TRG Each 0 $0.00 1O1320 Charge Spoting Mine C3 Each 56 $0.00 1O1350 Charge Spoting Mine C5 Each 1 $0.00 1O1361 Signal Illum Flare COMET (See 1362) Each 0 $0.00 1O1362 Flare Para Hand Fired C7 Each 334 $0.00 1O1370 Flare Surface Trip C6 Each 2,881 $0.00 1O1380 Thunderflash C1A1 Each 0 $0.00 1O1390 Simulator Projectile GB C1A1 Each 1 $0.00

12/19 Price per Unit of Issue

Qty as of 31 Dec The Bidder is to complete the column entitled "Cost per Demil Company: 2013 unit of measure" Requirement Total Cost (Extended) Mandatory (1) Unit of Qty for per Unit of Cost per Unit of Desired (2) Group LOG Nomenclature Issue Demil Issue Issue Remarks 1O1391 Smoke Generator Orange Each 73,082 $0.00 1O1420 Signal Illum Red 201G (MBA) Each 563 $0.00 1O1421 Ctge Signal 16mm Red No.1 MK 3 (EA) Each 6,841 $0.00 1O1430 Signal Illum Green 201G (MBA) Each 96 $0.00 1O1431 Ctge Signal 16mm Green No. 1 MK 3 (EA) Each 0 $0.00 1O1440 Signal Illum W 201G (MBA) Each 0 $0.00 1O1530 Smk Pot Orange 3 Min Each 1 $0.00 1O1531 Smk Pot W 3/5 Min Each 12 $0.00 1O1550 Smk Pot W 15 Min Each 2 $0.00 1 O 1690 Charge Expl Trg Each 0 $0.00 1 O 1921 Fuzee R/R 10-30Min Each 375 $0.00 1O3570 Smk Pot 1 Min Each 0 $0.00 1O3580 Signal Smk Marine Orange Each 364 $0.00 1O3690 Signal Illum Hand Flare Pin Point Red Mk7 Each 3,773 $0.00 1O3730 Signal Illum RadaFlare MK3 Red Each 1,557 $0.00 1O3731 Signal Smk & Illum Yellow MK121 Each 2,782 $0.00 1O3740 Signal Diver Recall Sound Each 69 $0.00 1O3791 Signal Smk & Illum MK140 Red Each 0 $0.00 1O3795 Signal Illum Submarine Launched D4A2 red Each 30 $0.00 1O3821 Signal Smk & Illum Green MK 117 Each 1,800 $0.00 1O4290 Marker Man Overboard Series III Each 63 $0.00 1 O 5300 Signal Illum 1.5 Red Pistol (38mm) Each 1,242 $0.00 1 O 5301 Signal Illum 1.5 Green Pistol (38mm) Each 1,063 $0.00 1 O 5302 Signal Illum 1.5 Yellow Pistol (38mm) Each 668 $0.00 1 O 5305 Ctge C1 Orange Each 0 $0.00 1 O 5306 Ctge C2 W Each 219 $0.00 1 O 5310 Signal Smk A/C Orange C7 Each 0 $0.00 1 O 5311 Signal Smk A/C Orange C8 Each 0 $0.00 1 O 5320 Signal Distress Day/Night No.1 MK 4 Each 3,145 $0.00 1 O 5327 Signal Illum 19mm Red Each 1,529 $0.00 1 O 5328 Signal Illum 19mm Green Each 973 $0.00 1 O 7071 Smoke Pot tracer smoke Para Red Each 3,241 $0.00 1 O 0001 Ctge Illum 1" L3A2 Each 36 $0.00 1 O 0001 Ctge Illum 1" Red L5A2 Each 0 $0.00 1 O 0001 Ctge Illum 1"Green L4A2 Each 0 $0.00 1 O 0001 Flare Hand Pin Point Red 6 point Each 0 $0.00 1 O 0001 Flare Hand Red (Commercial) Each 494 $0.00 1 O 0001 Flare Set Aircraft Rocket Launcher Each 0 $0.00 1 O 0001 Flare twin Star Red XLT (commercial) Each 0 $0.00 1 O 0001 Float Signal Submerged MK 3 Mod 0 Each 0 $0.00 1 O 0001 Rocket Assy speedline 250 Each 0 $0.00 1 O 0001 Signal Distress Day and night No. 1 Mk 4 Each 0 $0.00 1 O 0001 Signal Distress Daylight Lifesmoke my 2 Each 0 $0.00 1 O 0001 Signal Illum Grenade Red No. 65 MK N3 Each 0 $0.00 1 O 0001 Signal Kit Personnel Distress Green Miniflare 3 Each 10 $0.00 1 O 0001 Signal Rocket Red Parachute (Commercial) Each 211 $0.00

13/19 Price per Unit of Issue

Qty as of 31 Dec The Bidder is to complete the column entitled "Cost per Demil Company: 2013 unit of measure" Requirement Total Cost (Extended) Mandatory (1) Unit of Qty for per Unit of Cost per Unit of Desired (2) Group LOG Nomenclature Issue Demil Issue Issue Remarks 1 O 0001 Signal smoke & Illum Mk 13 Mod 0 Each 0 $0.00 1 O 0001 Signal Smoke and Illum Marine Mk118 Mod 0 yellow Each 0 $0.00 1 O 0001 Signal Smoke and Illum Mk117 Each 0 $0.00 1 O 0001 Signal Smoke Orange (Commercial) Each 0 $0.00 1 O 0001 Signal smoke White MK N6 Mod 2/3 Each 0 $0.00 1 O 0001 Signal smoke White MK N7 Mod 2/3 Each 0 $0.00 1 O 0001 Smoke Canister HC from 76mm Each 16,374 $0.00 1 O 0001 Smoke Pot Ground White 1.25 min Each 0 $0.00 1 O 0001 Smoke Signal Orange 3 min/4min Each 97 $0.00 1 O 0001 Speed line 250 Each 0 $0.00 1P3230 Chaff Decoy (Shield) P8 MK1 C16 Each 28 $0.00 1P3232 IR Decoy (Shield) P6 MK 1 Model C17 Each 1 $0.00 1P3234 Shield Practice C20 Each 6 $0.00 1P3240 Ctge Electronic Decoy MK 234 (NULKA) Each 0 $0.00 1P3241 Ctge Electronic Decoy MK 234 Mod 4(NULKA) Each 0 $0.00 1P3260 Rocket Chaff 130mm (SRBOC) MK 182 Each 0 $0.00 1P3261 Rocket Chaff 130mm (SEAGNAT) MK214 Each 1 $0.00 1P3265 Rocket Practice 130mm (SRBOC) MK193 Each 0 $0.00 1P5330 Flare LUU 2 series Each 12 $0.00 1 P 5331 Flare IR Decoy MJU 32/B Each 2,040 $0.00 1 P 5332 Flare Infrared Countermeasures MJU-10/B Each 0 $0.00 1 P 5333 Flare C/M MJU 27A/B, ASD3627 Each 753 $0.00 1 P 5334 Flare decoy IR MJU-5188/B Pyrophoric Each 0 $0.00 1 P 5335 Flare IR Decoy MJU38/B, KC-38 & ARM-001 Each 10,368 $0.00 1 P 5338 Flare Decoy IR MJU-5130/B Pyrophoric Each 0 $0.00 1 P 5339 Flare infrared Countermeasures MJU-17A/BB Each 0 $0.00 1 P 5344 Chaff C/M RR-144AL, RR-144A/AL Each 0 $0.00 1 P 5345 Chaff C/M RR-144AL Each 0 $0.00 1 P 5346 Chaff C/M RR-129AL, RR-129A/AL Each 294 $0.00 1 P 5347 Chaff C/M RR-129AL, RR-129A/AL harden case Each 0 $0.00 1 P 5356 Flare IR Countermeasure MJU -53/B Each 0 $0.00 1 P 5357 Flare IR Countermeasure MJU -62/B Each 317 $0.00 1 P 5358 Decoy IR CM MJU 50/B Each 870 $0.00 1 P 5359 Decoy IR CM MJU 51 A/B Each 433 $0.00 1 P 5372 Flare IR decoy M212 Each 50 $0.00 1 P 5380 Flare Countermeasure DSTL 73 Each 115 $0.00 1 P 5382 Flare Countermeasure No 118 Mk 3 DSTL 22 Each 156 $0.00 1 P 5383 Flare Countermeasure No 218Mk43 DSTL 22 Each 115 $0.00 1Q3092 DM211 Depth Charge Each 0 $0.00 1Q3540 Signal Sound Marine MK NC1 All Mods Each 2,823 $0.00 1Q4040 Expl Valve Each 0 $0.00 1Q4300 Ctge Saluting Blank C128 (50 Cal C67) Each 0 $0.00 1Q4301 Ctge 6 PDR Blank MK 1 Each 0 $0.00 1Q4303 Ctge 12 PDR Blank 4 oz Gun Powder Each 0 $0.00 1Q5260 Signal Underwater Sound Mk401 or Mk 411 Each 1 $0.00 2 Q 0001 False Target submarine Decoy Mk2 Mod 1 Each 0 $0.00

14/19 Price per Unit of Issue

Qty as of 31 Dec The Bidder is to complete the column entitled "Cost per Demil Company: 2013 unit of measure" Requirement Total Cost (Extended) Mandatory (1) Unit of Qty for per Unit of Cost per Unit of Desired (2) Group LOG Nomenclature Issue Demil Issue Issue Remarks 1R0290 Ctge 60mm WP C157 w/fuze PDM93 Each 2 $0.00 1R0330 Ctge 81mm Smk RP Each 6 $0.00 1R0630 Ctge 105mm Smk WP HOW Each 0 $0.00 1R0745 Projectile 155mm Smk WP M825A1 Each 0 $0.00 1R1060 Ctge 105mm Smk WP TK M Each 0 $0.00 1R1220 Grenade Smk 76mm RP Each 0 $0.00 1R1240 Grenade Discharger Smk 66mm RP Each 34,935 $0.00 1R1270 Grenade Riot CS No. 518 Each 4,234 $0.00 1R1470 Ctge 38 mm SPEDEHETE, CS (Chemical Irritant) Each 9,906 $0.00 1R1480 Ctge 38 mm FLITERITE, CS (Chemical Irritant) Each 5,805 $0.00 1R1500 Capsules CS (Chemical Irritant) Each 838 $0.00 1R1510 Simulator Chemical GB C8 (Chemical Irritant) Each 0 $0.00 1R1520 Simulator Chemical Airburst SC-310 (Chemical Irritant) Each 0 $0.00 1R3810 Marker Location Marine Mk 28 Mod 0 Each 435 $0.00 1R5181 Warhead 2.75inch Rocket Smoke WP M156 with fuze M427 Each 2,476 $0.00 1 R 5280 Marker Loc Marine C2 Series RP Each 759 $0.00 1 R 5290 Marker Loc Marine MK58 RP Each 180 $0.00 2 S 1310 Mine A/P C3A1 Expl ELSIE Each 0 $0.00 2 S 1340 Defence Weapon System C19 Each 0 $0.00 2 S 1341 Body Defence Weapon System Each 0 $0.00 2 S 1345 Mine AT DM21 Each 0 $0.00 2 S 1347 Mine Off-Route Each 0 $0.00 2 S 1355 Mine FFV028 Each 0 $0.00 2 S 4310 Demolition Charge (Limpet Mine) Each 0 $0.00 2 S 4311 Firing Device (Limpet Mine) Each 0 $0.00 2 S 4312 Safe and Arming Device (Limpet Mine) Each 0 $0.00 2 T Thermal Battery Size Each 344 $0.00 2 T Thermal Battery Size Each 344 $0.00 1 U 2300 Range scrap Kg 3,431,491 $0.00 1 U 2303 Expended CRV 7 Rkt Motors Each 499 $0.00 1 U 2303 Initiator Cartridge Actuated JAU-22B (fired) Each 4,032 $0.00 1 U 0001 Projectile 3" 50 cal Inert Each 90 $0.00 1 U 0001 Projectile 3"50 Cal BL&P Each 0 $0.00 1 U 0001 Projectile 3"50 cal Non-Frag Each 0 $0.00 1 U 0001 Projectile 3"70 cal BL&P Each 827 $0.00 1 U 0001 Projectile 3"70 cal Non-Frag Each 1,743 $0.00 1 U 0001 Projectile 3"70 cal PRAP C25 Each 719 $0.00 1 U 0001 Projectile 3"70 Inert Each 22075 $0.00 1 U 0001 Projectile 57mm BL&P Each 0 $0.00 1 U 0001 Projectile 76mm SH-P Inert Each 15809 $0.00 1 U 0001 Projectile 76mm/62 Cal TRAP C125 Each 5 $0.00 2 V Group Not Utilized 1 W 1582 Dummy Cap Blasting Non Electric C2 Each 26 $0.00 1 W 1584 Dummy Cap blasting Electric C1 Each 496 $0.00 1 W 1592 Dummy Charge Demo Block C9 1.25 lbs Each 123 $0.00 1 W 1711 Dummy Blasting Fuse Time C9 Metre 75 $0.00

15/19 Price per Unit of Issue

Qty as of 31 Dec The Bidder is to complete the column entitled "Cost per Demil Company: 2013 unit of measure" Requirement Total Cost (Extended) Mandatory (1) Unit of Qty for per Unit of Cost per Unit of Desired (2) Group LOG Nomenclature Issue Demil Issue Issue Remarks 1 W 3891 Case Charge Demolition C17 Each 0 $0.00 1 W 5073 Cup Support Each 0 $0.00 1 W 5075 Fin MK15 Mod4 for MK82 Each 1 $0.00 1 W 5076 Conical Fin for MK 82 Each 0 $0.00 1 W 5080 Airfoil Gp BSU-84A/B Each 0 $0.00 1 W 5081 Bomb 500LB BDU-45/B MK82 Each 0 $0.00 1 W 5082 Bomb 500LB BDU-50/B MK82 Practcse Each 2 $0.00 1 W 5083 Bomb BLU-109(D-1)/B Each 0 $0.00 1 W 5084 Fin Conical for MK 83 Each 0 $0.00 1 W 5086 Bomb MK 83 Mod 4 Inert Each 0 $0.00 1 W 5087 Bomb Body Inert MK 84 Each 0 $0.00 1 W 5091 Initiator, Bomb Fuze, FZU-48/B Each 5 $0.00 1 W 5092 Fins, Conical for MK 84 Each 0 $0.00 1 W 5095 Lanyard, Initiator FZU-61/B Each 0 $0.00 1 W 5096 Dispenser & Bomb A/C CBU mk 20 Mod 6 Dummy Inert filled Each 0 $0.00 1 W 5099 Fin Asembly Bomb Conical MXU-650/B Air Foil Group Each 1 $0.00 1 W 5121 Bomb practice Mod High Drag BDU 5003/B MOD 1 Each 0 $0.00 1 W 5131 Bomb PRAC BDU 5002/B(LD) Each 4 $0.00 1W5261 Signal Underwater Sound Mk84 Mod 1 Each 124 $0.00 1 W 5404 Airfoil Group (Fin Assy) for GBU 10s Each 0 $0.00 1 W 5405 Switch Arming Safety Mk122 Mod 0 Each 3 $0.00 1 W 6005 Catapult A/C Ejection Seat Each 0 $0.00 1 W 6006 Catapult A/C Ejection Seat Each 0 $0.00 1 W 6018 Release Propellant Actuated Each 58 $0.00 1 W 6019 Ejector Ctge Actuated Droque Parachute Each 55 $0.00 1 W 6021 Sequencer Explosive Actuated Each 0 $0.00 1 W 6044 Initiator Ctge Actuated Each 3 $0.00 1 W 6045 Initiator Ctge Actuated MBEU 69550 Each 3 $0.00 1 W 6051 Initiator Assy PN MBEU 69227-1 Each 3 $0.00 1 W 6065 Release Propellant Actuated M1A1 Each 0 $0.00 1 W 6068 Thruster Ctge Actuated 2715100-2 Each 0 $0.00 1 W 6070 Thruster Ctge Actuated W/O Cartridge Each 82 $0.00 1 W 6203 Static Line Assembly Initiator Ctge Actuated MBEU 66095 Each 11 $0.00 1 W 6299 Ctge Set Inert P/N MBEU 69738 (Set 2 Cans) Each 0 $0.00 1 W 7010 Body Assy for grenade hand Practise delay M69 Each 10 $0.00 1 W 7020 Body Assembly Mine A/P Practice Each 55 $0.00 1 W 7030 Defence Comd Det Wpn Practice C19 Each 18 $0.00 1 W 7032 Firing device AP Mine M57 Each 0 $0.00 1 W 7050 Launcher Practice Rocket C3 Each 2 $0.00 1 W 7058 Retainer Fuze for Mine AP practice m18) Each 0 $0.00 1 W 7067 Float Underwater Mine Mk 17 Mod 0 Each 11 $0.00 1 W 7068 Fitting Explosive Mk 19 Mod 1 Each 120 $0.00 1 W 7074 Trg mine and fuze set # 2 Warsaw pack Kit 4 $0.00 1 W 7080 mine Trg kit Kit 0 $0.00 1 W 7211 Ohmmeter Safety Each 1 $0.00 1 W 7216 Piliers EOD dual Crimp Each 10 $0.00

16/19 Price per Unit of Issue

Qty as of 31 Dec The Bidder is to complete the column entitled "Cost per Demil Company: 2013 unit of measure" Requirement Total Cost (Extended) Mandatory (1) Unit of Qty for per Unit of Cost per Unit of Desired (2) Group LOG Nomenclature Issue Demil Issue Issue Remarks 1 W 7500 Dummy Ctge 5.56mm C80 Clipped Each 5800 $0.00 1 W 7504 Display Ctge 81mm C70A1HE w/empty fuze DM111A4 Each 1 $0.00 1 W 7505 Display Cartridge 81mm C70A1 Each 0 $0.00 1 W 7507 Dummy Launcher 66mm Rocket C2 0r c4 Each 133 $0.00 1 W 7508 Dummy 84mm C59 Each 13 $0.00 1 W 7513 Dummy Ctge 7.62mm Each 752 $0.00 1 W 7514 Dummy Ctge 9mm Each 85 $0.00 1 W 7515 inspection Ctge 7.62mm C8 Each 300 $0.00 1 W 7516 Inspection 9mm Mk1 Each 185 $0.00 1 W 7517 Dummy 50 cal Each 202 $0.00 1 W 7519 Dummy Cartridge 303 cal Each 0 $0.00 1 W 7546 Dummy Mine C6 w/Dummy Fuze C22 Each 32 $0.00 1 W 7553 Dummy Mine A/P c10 Each 2 $0.00 1 W 7554 Dummy Mine A/T C9 Each 0 $0.00 1 W 7555 Dummy Mine C11 Each 1 $0.00 1 W 7557 Dummy Mine AT C13 Each 0 $0.00 1 W 7559 Dummy Guided Missile TOW Each 0 $0.00 1 W 7560 Dummy Guided Missile ADATS Each 0 $0.00 1 W 7566 Dummy Grenade hand C7 Each 31 $0.00 1 W 7570 Display Simulator Projectile Ground burst C1A1 Each 0 $0.00 1 W 7575 Dummy Grenade C9 (Rep C1A1 HC SMK) Each 0 $0.00 1 W 7576 Dummy Grenade C10 (Rep C8 Smk) Each 0 $0.00 1 W 7582 Display Signal Distress Day/Night No. 1 MK 3 Each 0 $0.00 1 W 7594 Dummy Ctge 40mm LV Each 14 $0.00 1 W 7595 Mine Trg Inert C18 Each 0 $0.00 1 W 7596 Display Thunderflash Each 0 $0.00 1 W 8512 Dummy Cartridge 40mm Mk 4 Mod 0 Each 24 $0.00 1 W 9503 Dispenser & Bomb A/CCBU Mk 20 Mod 3 INERT Each 0 $0.00 1 W 9511 Adapter Booster Empty T45E7 Nose Type Each 0 $0.00 1 W 9520 Dummy 20mm M51A Each 5194 $0.00 1 W 9522 Dummy 20mm Plastic Body C133 Orange Each 0 $0.00 1 W 9522 Dummy 20mm Plastic Body C145 Each 0 $0.00 1 W 0001 Display Charge Propelling M241 Each 0 $0.00 1 W 0001 Display Fuze MTSQ M500A1 Each 0 $0.00 1 W 0001 Dummy 76mm Solid Nose Each 3 $0.00 1 W 0001 Dummy Cartridge 3"70 Cal Cycling Each 88 $0.00 1 W 0001 Dummy Cartridge 57mm Each 8 $0.00 1 W 0001 Dummy Cartridge 76mm Mk 197 Each 8 $0.00 1 W 0001 Dummy Cartridge C124 Each 2 $0.00 1 W 0001 Dummy Charge Demo Block 0.5lbs C19 Plasticine Each 1,497 $0.00 1 W 0001 Dummy Charge Propelling 155mm M241 Each 0 $0.00 1 W 0001 Dummy charge propelling 155mm M242 Each 0 $0.00 1 W 0001 Dummy Ctge 105mm APFSDS-T M428 Each 1 $0.00 1 W 0001 Dummy Eryx Launch Tubes Each 0 $0.00 1 W 0001 Dummy Flare Aircraft C5 Each 0 $0.00 1 W 0001 Dummy Marker Location Marine Each 0 $0.00 1 W 0001 Dummy Mine A/T M19 Each 5 $0.00

17/19 Price per Unit of Issue

Qty as of 31 Dec The Bidder is to complete the column entitled "Cost per Demil Company: 2013 unit of measure" Requirement Total Cost (Extended) Mandatory (1) Unit of Qty for per Unit of Cost per Unit of Desired (2) Group LOG Nomenclature Issue Demil Issue Issue Remarks 1 W 0001 Dummy Mine A/T Metallic DM 50 w dummy Fuze DM20 Each 0 $0.00 1 W 0001 Dummy Rocket 21mm Each 7 $0.00 1 W 0001 Inert Anti-Submarine Projectile NC 10 Each 1 $0.00 1 W 0001 Initiator Cartridge Actuated M32A1 Disassembled Each 0 $0.00 1 W 0001 Launcher 66mm M72 SC5 Each 23 $0.00 1 W 0001 Ohmmeter Safety Each 0 $0.00 1 W 0001 Switch Pressure PN 6011300 Ejection Seat CF18 Each 0 $0.00 1 W 0001 Test set Electrical M40 Each 0 $0.00 1 W 0001 Weight Simulator Guided missile Each 531 $0.00 1 X 2308 Container Ammunition 105mm ER C123 Body Each 8 $0.00 1 X 2308 Container Ammunition Plastic C115 Each 0 $0.00 1 X 2308 Container Ammunition Plastic C115A1 (84mm) Each 3852 $0.00 1 X 2308 Container Ammunition Plastic C117 (105mm tank) Each 0 $0.00 1 X 2308 Container Ammunition Plastic C118 (155mm Propelling charge) Each 0 $0.00 1 X 2308 Container Ammunition Plastic C118A1 (155mm Propelling charge) Each 0 $0.00 1 X 2308 Container Ammunition Plastic C119 (81mm) Each 336 $0.00 1 X 2308 Container Ammunition Plastic C122 (81mm) Each 196 $0.00 1 X 2308 Container Ammunition Plastic C124 (60mm) Each 1,134 $0.00 1 X 2308 Container Ammunition Plastic C132 (84mm) Each 0 $0.00 1 X 2308 Container Plastic C140 for (105mm) Each 6,794 $0.00 1 X 2310 Container Ammunition C127 for 76mm/62 Each 0 $0.00 1 X 2310 Container Ammunition C127A1 for 76mm/62 Each 0 $0.00 1 X 2310 Container Ammunition Plastic C120 (57mm) Each 0 $0.00 1 X 2310 Container Ammunition Plastic C120A1 (57mm) Each 0 $0.00 1 X 2310 Container Plastic, Very Pistol and 12 signals Each 0 $0.00 1 X 2311 Box Ammo Metal NC2 Mk1 Each 0 $0.00 1 X 2311 Box Ammo Metal NC3 Mk1 Each 0 $0.00 1 X 2312 Container Plastic, Marker Location Marine C143 Each 1 $0.00 1 X 2313 Container 120mm Canister PA171 Each 0 $0.00 1 X 2313 Shipping and storage Container 103A2 Each 60 $0.00 1 X 2313 Shipping and storage Container Appl MXU-667/B Each 0 $0.00 1 X 2313 Shipping and storage Container Bomb dispenser GBU-12 computer G Each 0 $0.00 1 X 2313 Shipping and storage Container CNU-300/E AIM-9 Missile Each 0 $0.00 1 X 2313 Shipping and storage Container Guided Missile Components Each 0 $0.00 1 X 2313 Shipping and storage Container Metal PA161 Each 0 $0.00 1 X 2313 Shipping and storage Container Mk 197 Mod 1 (torpedo) Each 0 $0.00 1 X 2313 Shipping and storage Container MXU 650-B Air Foil Group Each 30 $0.00 1 X 2313 Shipping and storage Container PA171 Each 0 $0.00 1 X 2315 Bandoleer C4 Each 7 $0.00 1 X 2315 Box Assembly Feed C41 Black 5.56mm Ball Each 2138 $0.00 1 X 2315 Box Assembly Feed C41 Green 5.56mm Ball Each 4359 $0.00 1 X 2319 Container Ammunition Metal Cap Blasting electric No 12 Each 0 $0.00 1 X 2319 Container Ammunition Metal Cap Blasting electric No 6 Each 0 $0.00 1 X 2319 Container Ammunition Metal Cap Blasting Non electric No 12 Each 0 $0.00 1 X 2323 Pallet Bomb 1000lbs Mk 83 Each 130 $0.00 1 X 2323 Pallet Bomb mk79 mod 0 2000 lbs Each 0 $0.00 1 X 2323 Pallet Bomb Steel MHU 149/E for MK 82 Each 0 $0.00

18/19 Price per Unit of Issue

Qty as of 31 Dec The Bidder is to complete the column entitled "Cost per Demil Company: 2013 unit of measure" Requirement Total Cost (Extended) Mandatory (1) Unit of Qty for per Unit of Cost per Unit of Desired (2) Group LOG Nomenclature Issue Demil Issue Issue Remarks 1 X 2323 Pallet Bomb Steel Mk 82 Each 0 $0.00 1 X 2323 Pallet for 155mm M795 projectiles Each 0 $0.00 1 X 7300 Box Ammo Metal C42 or PA108 Each 0 $0.00 1 X 7300 Box Ammo Metal M19A1 Each 0 $0.00 1 X 7300 Box Ammo Metal M2A1 Each 0 $0.00 1 X 7300 Box Ammo Metal M548 Each 0 $0.00 1 X 7300 Box Ammo Metal NC1 Mk1 or NC17 Mk 1 for 40mm Each 0 $0.00 1 X 7300 Shipping and storage Container PA 125 Each 0 $0.00 1 X 0001 Box Ammo C190 Modified Each 0 $0.00 1 X 0001 Canister Guided Missile fired (Javelin) Each 9 $0.00 1 X 0001 Canister Guided Missile Fired Javelin Each 0 $0.00 1 X 0001 Canister Missile MK 20 Mod 0 Launcher Each 11 $0.00 1 X 0001 Case Assembly Outer (Flare A/C LUU 2/A/B) Each 0 $0.00 1 X 0001 Charger Ammunition 40mm Mk NC1 Each 0 $0.00 1 X 0001 Clip Ctge 35mm (for 7 rds) Each 0 $0.00 1 X 0001 Container Ammunition Fibreglass Outer for Blowpipe Each 0 $0.00 1 X 0001 Container Ammunition Outer for Javelin Each 0 $0.00 1 X 0001 Container ERYX Outer (Plastic) Each 92 $0.00 1 X 0001 Container Javelin field Handling (inner) Each 0 $0.00 1 X 0001 Cushioning Pad Fibreboard (Cap Blasting Eclectic No 12) Each 0 $0.00 1 X 0001 Launch Tube ADATS Each 0 $0.00 1 X 0001 Launcher 66mm M72, SC5 Each 19 $0.00 1 X 0001 Launcher Tube Guided Missile Eryx Each 817 $0.00 1 X 0001 Mouthpiece demolition Each 0 $0.00 1 X 0001 Shipping and Storage container (ADATS) Plywood Each 0 $0.00 1 Y 2304 Case Cartridge 105mm M14 Fired w/o Primer Each 5318 $0.00 1 Y 2304 Case Cartridge 105mm M15 Fired w/o Primer Each 536 $0.00 1 Y 2304 Case Cartridge 105mm Tank Brass Fired Each 1 $0.00 1 Y 2304 Case Cartridge 105mm Tank C4 Fired Each 0 $0.00 1 Y 2304 Case Cartridge 12 PDR Blank Each 0 $0.00 1 Y 2304 Case Cartridge 12 PDR Blank Modified Each 0 $0.00 1 Y 2304 Case cartridge 120mm TK Each 0 $0.00 1 Y 2304 Case Cartridge 40mm Fired w/o Primer Each 2464 $0.00 1 Y 2304 Case Cartridge 76mm brass Fired w/o Primer Each 670 $0.00 1 Y 2304 Case Ctge 3"70 Call Steel Each 0 $0.00 1 Y 2304 Case Ctge C11 57mm (fired Brass) Each 611 $0.00 Expended SAA cartridge case contaminated plastic/metal shotgun 1 Y 2301 shells, 9mm FX, 5.56mm FX, Etc Kg $0.00 1 Y 2301 Expended SAA Brass Up to and including 50 cal Kg $0.00 1 Z 2398 Scrap Metal Non Metallic Plastic Kg 20,115 $0.00 1 Z 2398 Scrap Contaminated Metal and Non Ferrous Metallic Material Class Kg 276 $0.00 1 Z 2399 Scrap Metal Contaminated Class 307B Kg 29167 $0.00 1 Z 2399 Scrap Metal Ferrous Class 307A Kg 21,901 $0.00 1 Z 2399 Scrap Metal Non Ferrous FFE Class 307 (Brass) Kg 48,460 $0.00 Total $0.00

Total Dollar for price per unit of issue divided by 10 years $0.00 Annual Demil Cost

19/19 Ammunition, Explosive and Munitions Scrap Disposal and Demilitarization Financial Proposal Presentation Sheet - Transportation

Location of Material to be Processed:

Dundurn, SK Wainright, AB Angus, ON Valcartier, QC Bagotville, QC Standard 53' Standard 53' Standard 53' Standard 53' Standard 53' Item Description Trailer Item Description Trailer Item Description Trailer Item Description Trailer Item Description Trailer 1 TL - A&E of Hazard division 1.2 HCC (C, D & E) $ 1 TL - A&E of Hazard division 1.2 HCC (C, D & E) $ 1 TL - A&E of Hazard division 1.2 HCC (C, D & E) $ 1 TL - A&E of Hazard division 1.2 HCC (C, D & E) $ 1 TL - A&E of Hazard division 1.2 HCC (C, D & E) $ 2 TL - MS Hazard division 1.4 HCC (S) $ 2 TL - MS Hazard division 1.4 HCC (S) $ 2 TL - MS Hazard division 1.4 HCC (S) $ 2 TL - MS Hazard division 1.4 HCC (S) $ 2 TL - MS Hazard division 1.4 HCC (S) $ 3 TL - A to P/Ammunition Salvage $ 3 TL - A to P/Ammunition Salvage $ 3 TL - A to P/Ammunition Salvage $ 3 TL - A to P/Ammunition Salvage $ 3 TL - A to P/Ammunition Salvage $ 4 LTL - A&E of Hazard division 1.2 HCC (C, D & E) $ 4 LTL - A&E of Hazard division 1.2 HCC (C, D & E) $ 4 LTL - A&E of Hazard division 1.2 HCC (C, D & E) $ 4 LTL - A&E of Hazard division 1.2 HCC (C, D & E) $ 4 LTL - A&E of Hazard division 1.2 HCC (C, D & E) $ 5 LTL - MS Hazard division 1.4 HCC (S) $ 5 LTL - MS Hazard division 1.4 HCC (S) $ 5 LTL - MS Hazard division 1.4 HCC (S) $ 5 LTL - MS Hazard division 1.4 HCC (S) $ 5 LTL - MS Hazard division 1.4 HCC (S) $ 6 LTL - A to P/Ammunition Salvage $ 6 LTL - A to P/Ammunition Salvage $ 6 LTL - A to P/Ammunition Salvage $ 6 LTL - A to P/Ammunition Salvage $ 6 LTL - A to P/Ammunition Salvage $ Distance to Demilitarization Facility (kms) Distance to Demilitarization Facility (kms) Distance to Demilitarization Facility (kms) Distance to Demilitarization Facility (kms) Distance to Demilitarization Facility (kms)

Rocky Point, BC Shilo, MB Trenton, ON Gagetown, NB Standard 53' Standard 53' Standard 53' Standard 53' Item Description Trailer Item Description Trailer Item Description Trailer Item Description Trailer 1 TL - A&E of Hazard division 1.2 HCC (C, D & E) $ 1 TL - A&E of Hazard division 1.2 HCC (C, D & E) $ 1 TL - A&E of Hazard division 1.2 HCC (C, D & E) $ 1 TL - A&E of Hazard division 1.2 HCC (C, D & E) $ 2 TL - MS Hazard division 1.4 HCC (S) $ 2 TL - MS Hazard division 1.4 HCC (S) $ 2 TL - MS Hazard division 1.4 HCC (S) $ 2 TL - MS Hazard division 1.4 HCC (S) $ 3 TL - A to P/Ammunition Salvage $ 3 TL - A to P/Ammunition Salvage $ 3 TL - A to P/Ammunition Salvage $ 3 TL - A to P/Ammunition Salvage $ 4 LTL - A&E of Hazard division 1.2 HCC (C, D & E) $ 4 LTL - A&E of Hazard division 1.2 HCC (C, D & E) $ 4 LTL - A&E of Hazard division 1.2 HCC (C, D & E) $ 4 LTL - A&E of Hazard division 1.2 HCC (C, D & E) $ 5 LTL - MS Hazard division 1.4 HCC (S) $ 5 LTL - MS Hazard division 1.4 HCC (S) $ 5 LTL - MS Hazard division 1.4 HCC (S) $ 5 LTL - MS Hazard division 1.4 HCC (S) $ 6 LTL - A to P/Ammunition Salvage $ 6 LTL - A to P/Ammunition Salvage $ 6 LTL - A to P/Ammunition Salvage $ 6 LTL - A to P/Ammunition Salvage $ Distance to Demilitarization Facility (kms) Distance to Demilitarization Facility (kms) Distance to Demilitarization Facility (kms) Distance to Demilitarization Facility (kms)

Cold Lake, AB Petawawa, ON Meaford, ON Bedford, NS Standard 53' Standard 53' Standard 53' Standard 53' Item Description Trailer Item Description Trailer Item Description Trailer Item Description Trailer 1 TL - A&E of Hazard division 1.2 HCC (C, D & E) $ 1 TL - A&E of Hazard division 1.2 HCC (C, D & E) $ 1 TL - A&E of Hazard division 1.2 HCC (C, D & E) $ 1 TL - A&E of Hazard division 1.2 HCC (C, D & E) $ 2 TL - MS Hazard division 1.4 HCC (S) $ 2 TL - MS Hazard division 1.4 HCC (S) $ 2 TL - MS Hazard division 1.4 HCC (S) $ 2 TL - MS Hazard division 1.4 HCC (S) $ 3 TL - A to P/Ammunition Salvage $ 3 TL - A to P/Ammunition Salvage $ 3 TL - A to P/Ammunition Salvage $ 3 TL - A to P/Ammunition Salvage $ 4 LTL - A&E of Hazard division 1.2 HCC (C, D & E) $ 4 LTL - A&E of Hazard division 1.2 HCC (C, D & E) $ 4 LTL - A&E of Hazard division 1.2 HCC (C, D & E) $ 4 LTL - A&E of Hazard division 1.2 HCC (C, D & E) $ 5 LTL - MS Hazard division 1.4 HCC (S) $ 5 LTL - MS Hazard division 1.4 HCC (S) $ 5 LTL - MS Hazard division 1.4 HCC (S) $ 5 LTL - MS Hazard division 1.4 HCC (S) $ 6 LTL - A to P/Ammunition Salvage $ 6 LTL - A to P/Ammunition Salvage $ 6 LTL - A to P/Ammunition Salvage $ 6 LTL - A to P/Ammunition Salvage $ Distance to Demilitarization Facility (kms) Distance to Demilitarization Facility (kms) Distance to Demilitarization Facility (kms) Distance to Demilitarization Facility (kms)

Note: The Crown strongly recommends that the transportation of Ammunition, Explosives and Munitions Scrap be done by Road. However, if Industry can substantiate a proposal to ship by Intermodal Rail, the Crown would entertain the analysis of a

costing model. It must be noted that none of the locations listed have a rail-siding or rail capability and the distance from these Demilitarization Facility Location: locations to the nearest Rail facility varies. Additionally, all railcars - regardless of their size and capacity - must be pre-certified for Dangerous Goods movement in accordance with Provincial, Territorial and Federal law in advance of loading as these locations do not have the requisite lifting capacity to perform the certification on-site at the time of loading.

TL - Full Truck-load LTL - Less than Truck-load ANNEX E

NON DISCLOSURE AGREEMENT

Ammunition, Explosive and Munitions Scrap Disposal by Demilitarization Service Requirement

This Agreement made in duplicate this______day of ______201__. (Day) (Month) (Year)

BETWEEN: Her Majesty the Queen in Right of Canada as Represented by the Minister of Public Works and Government Services (the "Crown")

AND ______receiving the (Full legal name of organization in print)

unclassified information as constituted pursuant to the laws of ______and having a place of business at (Insert laws in print)

______(the "Recipient"). (Complete address in print)

Whereas the Crown has issued a Request for Proposal (RFP) No. XXXXXXXX, to solicit proposals for the Ammunition, Explosive and Munitions Scrap Disposal by Demilitarization Service Requirement;

Whereas in accordance with the provisions of the RFP, the Crown has provided for the disclosure of certain information listed in this RFP ("Information"); and

Whereas the Recipient wishes to receive the Information solely for the purpose of preparing a proposal in response to the Ammunition, Explosive and Munitions Scrap Disposal by Demilitarization Service Requirement;

Therefore, in consideration of the premises and the mutual promises, conditions and agreements of this Agreement the Parties hereto agree as follows:

1. Subject to the terms and conditions of this Agreement, the Crown agrees to disclose the Information to the Recipient on an as-requested basis.

2. The Recipient agrees that it shall use the Information solely for the purpose of preparing a proposal in response to the Ammunition, Explosive and Munitions Scrap Disposal by Demilitarization Service Requirement RFP and for no other purpose.

3. The Recipient acknowledges that the Information may be subject to certain proprietary rights belonging to various parties and shall not be used by the Recipient or disclosed to anyone at anytime except for the purposes of, and in accordance with, this Agreement and for no other purpose and shall ensure that its personnel do likewise.

4. The Recipient shall not disclose the Information to anyone unless and until the proposed recipient has signed an agreement in terms identical to this Agreement with the necessary changes to reflect names, addresses, offices and the like. Such disclosure shall be made only to a recipient with a need to know and solely for the purposes of the preparation of a proposal in response to the Ammunition, Explosive and Munitions Scrap Disposal by Demilitarization Service Requirement RFP.

21 5. The Recipient shall not copy, reproduce or otherwise duplicate the Information or any information reflecting the Information in whole or in part or allow others to do so for any purposes other than the preparation of a bid in response to the Ammunition, Explosive and Munitions Scrap Disposal by Demilitarization Service Requirement RFP unless the Crown has given its express, prior, written approval.

6. Whether in storage or in use, the information shall be protected by the Recipient with the same degree of care as the Recipient uses to protect its own proprietary intellectual property of like importance against public disclosure, but in no case any less than reasonable care.

7. The Recipient shall return the Information to the Contracting Authority when it is no longer required for the preparation of a proposal in response to the Ammunition, Explosive and Munitions Scrap Disposal by Demilitarization Service Requirement RFP, when required by the Crown to do so, or with its proposal. In like fashion the Recipient shall return any copies it may have been allowed to make which are in a media that is capable of being sent with the proposal, shall destroy any other copies or any information reflecting the Information on any media whatsoever, and shall ensure that anyone to whom the Information has been divulged do likewise. Those who do not submit a proposal must nevertheless comply with this paragraph by the Closing Date of the Ammunition, Explosive and Munitions Scrap Disposal by Demilitarization Service Requirement RFP.

8. The obligations herein contained shall survive the submission of a bid and the performance of any contract awarded and shall continue thereafter in full force and effect.

9. This Agreement shall be interpreted, and the relationship of the parties be determined, in accordance with the laws in force in the province of ______in Canada.

(NOTE: Bidders may, at their discretion, choose the applicable laws of a Canadian province or territory of their choice)

IN WITNESS THEREOF, this Agreement has been executed by duly authorized officers of ______(Name of Recipient in print)

Per:______(Name of duly authorized officer in print) (Title of duly authorized officer in print)

______(Signature of duly authorized officer (Date in print)

22 ANNEX F

INSURANCE REQUIREMENTS

Commercial General Liability Insurance

1. The Contractor must obtain Commercial General Liability Insurance, and maintain it in force throughout the duration of the Contract, in an amount usual for a contract of this nature, but for not less than $2,000,000 per accident or occurrence and in the annual aggregate.

2. The Commercial General Liability policy must include the following: a. Additional Insured: Canada is added as an additional insured, but only with respect to liability arising out of the Contractor's performance of the Contract. The interest of Canada should read as follows: Canada, as represented by Public Works and Government Services Canada. b. Bodily Injury and Property Damage to third parties arising out of the operations of the Contractor. c. Products and Completed Operations: Coverage for bodily injury or property damage arising out of goods or products manufactured, sold, handled, or distributed by the Contractor and/or arising out of operations that have been completed by the Contractor. d. Personal Injury: While not limited to, the coverage must include Violation of Privacy, Libel and Slander, False Arrest, Detention or Imprisonment and Defamation of Character. e. Cross Liability/Separation of Insureds: Without increasing the limit of liability, the policy must protect all insured parties to the full extent of coverage provided. Further, the policy must apply to each Insured in the same manner and to the same extent as if a separate policy had been issued to each. f. Blanket Contractual Liability: The policy must, on a blanket basis or by specific reference to the Contract, extend to assumed liabilities with respect to contractual provisions. g. Employees and, if applicable, Volunteers must be included as Additional Insured. h. Employers' Liability (or confirmation that all employees are covered by Worker's compensation (WSIB) or similar program) i. Broad Form Property Damage including Completed Operations: Expands the Property Damage coverage to include certain losses that would otherwise be excluded by the standard care, custody or control exclusion found in a standard policy. j. Notice of Cancellation: The Insurer will endeavour to provide the Contracting Authority thirty (30) days written notice of policy cancellation. k. If the policy is written on a claims-made basis, coverage must be in place for a period of at least 12 months after the completion or termination of the Contract. l. Owners' or Contractors' Protective Liability: Covers the damages that the Contractor becomes legally obligated to pay arising out of the operations of a subcontractor. m. Non-Owned Automobile Liability - Coverage for suits against the Contractor resulting from the use of hired or non-owned vehicles. n. Sudden and Accidental Pollution Liability (minimum 120 hours): To protect the Contractor for liabilities arising from damages caused by accidental pollution incidents. o. Litigation Rights: Pursuant to subsection 5(d) of the Department of Justice Act, S.C. 1993, c. J-2, s.1, if a suit is instituted for or against Canada which the Insurer would, but for this clause, have the right to pursue or defend on behalf

23 of Canada as an Additional Named Insured under the insurance policy, the Insurer must promptly contact the Attorney General of Canada to agree on the legal strategies by sending a letter, by registered mail or by courier, with an acknowledgement of receipt.

For the province of Quebec, send to: Director Business Law Directorate, Quebec Regional Office (Ottawa), Department of Justice, 284 Wellington Street, Room SAT-6042, Ottawa, Ontario, K1A 0H8 For other provinces and territories, send to: Senior General Counsel, Civil Litigation Section, Department of Justice 234 Wellington Street, East Tower Ottawa, Ontario K1A 0H8 A copy of the letter must be sent to the Contracting Authority. Canada reserves the right to co-defend any action brought against Canada. All expenses incurred by Canada to co-defend such actions will be at Canada's expense. If Canada decides to co-defend any action brought against it, and Canada does not agree to a proposed settlement agreed to by the Contractor's insurer and the plaintiff(s) that would result in the settlement or dismissal of the action against Canada, then Canada will be responsible to the Contractor's insurer for any difference between the proposed settlement amount and the amount finally awarded or paid to the plaintiffs (inclusive of costs and interest) on behalf of Canada.

Warehouseman's Legal Liability Insurance

1. The Contractor must obtain Warehouseman's Legal Liability Insurance coverage on Government Property, and maintain it in force while under its care, custody or control for storage, in an amount of not less than $TBD. The Government's Property must be insured on a ______basis. (Contracting officers must insert one of the following basis of valuation: "Replacement Cost (new)"; "Actual Cash Value (depreciated cost)" or"Agreed Value (appraisal)")

2. Administration of Claims: The Contractor must notify Canada promptly about any losses or damages to Government Property and monitor, investigate and document losses of or damage to Government Property to ensure that claims are properly made and paid.

3. The following endorsements must be included: a. Notice of Cancellation: The Insurer will endeavour to provide the Contracting Authority thirty (30) days written notice of cancellation. b. Settlement of Claims: The insurance proceeds regarding any loss of or damage to Government Property must be payable to the appropriate party as directed by the Contracting Authority. c. Loss Payee: Canada as its interest may appear or it may direct. d. Waiver of Subrogation Rights: Contractor's Insurer to waive all rights of subrogation against Canada as represented by the Department of National

24 ANNEX G

DND 626 TASK AUTHORIZATION FORM

7 TASK AUTHORIZATION AUTORISATION DES TÂCHES Contract no. – N° du contrat All invoices/progress claims must show the reference Contract and Task numbers. Toutes les factures doivent indiquer les numéros du contrat et de la tâche. Task no. – N° de la tâche

Amendment no. – N° de la modification Increase/Decrease – Augmentation/Réduction Previous value – Valeur précédente

To – À TO THE CONTRACTOR You are requested to supply the following services in accordance with the terms of the above reference contract. Only services included in the contract shall be supplied against this task. Please advise the undersigned if the completion date cannot be met. Invoices/progress claims shall be prepared in accordance with the instructions set out in the contract.

À L'ENTREPRENEUR Delivery location – Expédiez à Vous êtes prié de fournir les services suivants en conformité des termes du contrat mentionné ci-dessus. Seuls les services mentionnés dans le contrat doivent être fournis à l'appui de cette demande. Prière d'aviser le signataire si la livraison ne peut se faire dans les délais prescrits. Les factures doivent être établies selon les instructions énoncées dans le contrat.

Delivery/Completion date – Date de livraison/d'achèvement Date for the Department of National Defence pour le ministère de la Défense nationale Contract item no. Cost Nº d'article Services Prix du contrat

GST/HST TPS/TVH

Total

APPLICABLE ONLY TO PWGSC CONTRACTS: The Contract Authority signature is required when the total value of the DND 626 exceeds the threshold specified in the contract.

NE S'APPLIQUE QU'AUX CONTRATS DE TPSGC : La signature de l'autorité contractante est requise lorsque la valeur totale du formulaire DND 626 est supérieure au seuil précisé dans le contrat.

for the Department of Public Works and Government Services pour le ministère des Travaux publics et services gouvernementaux DND 626 (01-05) Design: Forms Management 993-4050 Conception : Gestion des formulaires 993-4062 Instructions for completing Instructions pour compléter le formulaire DND 626 - Task Authorization DND 626 - Autorisation des tâches

Contract no. Nº du contrat Enter the PWGSC contract number in full. Inscrivez le numéro du contrat de TPSGC en entier.

Task no. Nº de la tâche Enter the sequential Task number. Inscrivez le numéro de tâche séquentiel.

Amendment no. Nº de la modification Enter the amendment number.when the original Task is amended to change Inscrivez le numéro de modification lorsque la tâche originale est modifiée the scope or the value. pour en changer la portée.

Increase/Decrease Augmentation/Réduction Enter the increase or decrease total dollar amount including taxes. Inscrivez le montant total de l'augmentation ou de la diminution, y compris les taxes.

Previous value Valeur précédente Enter the previous total dollar amount including taxes. Inscrivez le montant total précédent, y compris les taxes.

To À Name of the contractor. Nom de l'entrepreneur.

Delivery location Expédiez à Location where the work will be completed, if other than the contractor's Endroit où le travail sera effectué, si celui-ci diffère du lieu d'affaires de location. l'entrepreneur.

Delivery/Completion date Date de livraison/d'achèvement Completion date for the task. Date d'achèvement de la tâche. for the Department of National Defence pour le ministère de la Défense nationale Signature of the DND person who has delegated Authority for signing DND Signature du représentant du MDN auquel on a délégué le pouvoir 626 (level of authority based on the dollar value of the task and the d'approbation en ce qui a trait à la signature du formulaire DND 626 equivalent signing authority in the PAM 1.4). Note: the person signing in (niveau d'autorité basé sur la valeur de la tâche et le signataire autorisé this block ensures that the work is within the scope of the contract, that équivalent mentionné dans le MAA 1.4). Nota : la personne qui signe cette sufficient funds remain in the contract to cover this task and that the task is attache de signature confirme que les travaux respectent la portée du affordable within the Project/Unit budget. contrat, que suffisamment de fonds sont prévus au contrat pour couvrir cette tâche et que le budget alloué à l'unité ou pour le projet le permet.

Services Services Define the requirement briefly (attach the SOW) and identify the cost of the Définissez brièvement le besoin (joignez l'ET) et établissez le coût de la task using the contractor's quote on the level of effort. The Task must use tâche à l'aide de la soumission de l'entrepreneur selon le niveau de difficulté the basis of payment stipulated in the contract. If there are several basis of de celle-ci. Les modalités de paiement stipulées dans le contrat s'appliquent payment then list here the one(s) that will apply to the task quote (e.g. à la tâche. Si plusieurs d'entre elles sont prévues, énumérez ici celle/celles milestone payments; per diem rates/labour category hourly rates; travel and qui s'appliquera/ront à la soumission pour la tâche à accomplir (p.ex. living rates; firm price/ceiling price, etc.). All the terms and conditions of the acompte fondé sur les étapes franchies; taux quotidien ou taux horaire contract apply to this Task Authorization and cannot be ignored or amended établi selon la catégorie de main-d'œuvre; frais de déplacement et de for this task. Therefore it is not necessary to restate these general contract séjour; prix fixe ou prix plafond; etc.). Toutes les modalités du contrat terms and conditions on the DND 626 Task form. s'appliquent à cette autorisation de tâche et ne peuvent être négligées ou modifiées quant à la tâche en question. Il n'est donc pas nécessaire de répéter ces modalités générales afférentes au contrat sur le formulaire DND 626.

Cost Prix The cost of the Task broken out into the individual costed items in Services. Mentionnez le coût de la tâche en le répartissant selon les frais afférents à chaque item mentionné dans la rubrique Services.

GST/HST TPS/TVH The GST/HST cost as appropriate. Mentionnez le montant de la TPS/TVH, s'il y lieu.

Total Total The total cost of the task. The contractor may not exceed this amount Mentionnez le coût total de la tâche. L'entrepreneur ne peut dépasser ce without the approval of DND indicated on an amended DND 626. The montant sans l'approbation du MDN, formulaire DND 626 modifié à l'appui. amendment value may not exceed 50% (or the percentage for amendments Le coût de la modification ne peut pas être supérieur à 50 p. 100 du established in the contract) of the original value of the task authorization. montant initial prévu dans l'autorisation de tâche (ou au pourcentage prévu The total cost of a DND 626, including all amendments, may not exceed the dans le contrat pour les modifications). Le coût total spécifié dans le funding limit identified in the contract. formulaire DND 626, y compris toutes les modifications, ne peut dépasser le plafond de financement mentionné dans le contrat.

Applicable only to PWGSC contracts Ne s'applique qu'aux contrats de TPSGC This block only applies to those Task Authorization contracts awarded by Le présent paragraphe s'applique uniquement aux autorisations de tâche PWGSC. The contract will include a specified threshold for DND sole accordées par TPSGC. On inscrira dans le formulaire DND 626 un plafond approval of the DND 626 and a percentage for DND to approve précis qui ne pourra être approuvé que par le MDN et un pourcentage selon amendments to the original DND 626. Tasks that will exceed these lequel le MDN pourra approuver des modifications au formulaire DND 626 thresholds must be passed to the PWGSC Contracting Authority for review original. Les tâches dont le coût dépasse ces plafonds doivent être and signature prior to authorizing the contractor to begin work. soumises à l'autorité contractante de TPSGC pour examen et signature avant qu'on autorise l'entrepreneur à débuter les travaux.

Note: Nota : Work on the task may not commence prior to the date this form is signed by Les travaux ne peuvent commencer avant la date de signature de ce the DA Authority - for tasks within the DND threshold; and by both DND and formulaire par le responsable du MDN, pour les tâches dont le coût est PWGSC for those tasks over the DND threshold. inférieur au plafond établi par le MDN, et par le MDN et TPSGC pour les tâches dont le coût dépasse le plafond établi par le MDN. ANNEX H to PART 5 - BID SOLICITATION FEDERAL CONTRACTORS PROGRAM FOR EMPLOYMENT EQUITY - CERTIFICATION

I, the Bidder, by submitting the present information to the Contracting Authority, certify that the information provided is true as of the date indicated below. The certifications provided to Canada are subject to verification at all times. I understand that Canada will declare a bid non-responsive, or will declare a contractor in default, if a certification is found to be untrue, whether during the bid evaluation period or during the contract period. Canada will have the right to ask for additional information to verify the Bidder's certifications. Failure to comply with any request or requirement imposed by Canada may render the bid non-responsive or constitute a default under the Contract.

For further information on the Federal Contractors Program for Employment Equity visit Employment and Social Development Canada (ESDC)-Labour's website.

Date:______(YYYY/MM/DD) (If left blank, the date will be deemed to be the bid solicitation closing date.)

Complete both A and B.

A. Check only one of the following:

( ) A1. The Bidder certifies having no work force in Canada.

( ) A2. The Bidder certifies being a public sector employer.

( ) A3. The Bidder certifies being a federally regulated employer being subject to the Employment Equity Act.

( ) A4. The Bidder certifies having a combined work force in Canada of less than 100 employees (combined work force includes: permanent full-time, permanent part-time and temporary employees [temporary employees only includes those who have worked 12 weeks or more during a calendar year and who are not full-time students]).

A5. The Bidder has a combined workforce in Canada of 100 or more employees; and

( ) A5.1. The Bidder certifies already having a valid and current Agreement to Implement Employment Equity (AIEE) in place with ESDC-Labour. OR ( ) A5.2. The Bidder certifies having submitted the Agreement to Implement Employment Equity (LAB1168) to ESDC-Labour. As this is a condition to contract award, proceed to completing the form Agreement to Implement Employment Equity (LAB1168), duly signing it, and transmit it to ESDC-Labour.

B. Check only one of the following:

( ) B1. The Bidder is not a Joint Venture.

OR

( ) B2. The Bidder is a Joint venture and each member of the Joint Venture must provide the Contracting Authority with a completed annex Federal Contractors Program for EmploymentEquity - Certification. (Refer to the Joint Venture section of the Standard Instructions)

27